Loading...
HomeMy WebLinkAboutContract 22598 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES 1 V 1-41 W M-) This AGREEMENT is between the City of Fort Worth (the "CITY") , and Freese and Nichols, Inc. (FNI) , for a PROJECT generally described as: a route study and detailed design of the sewer line from the end of the Trinity River Authority's (TRA) Bear Creek Interceptor sewer main to the location of the future Intel force vain diversion structure being designed by others. The approximate length of the sewer line is 15,000 feet. The diameter of the sewer line will be determined as part of the design service. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. FNI 's compensation is set forth in Attachment B. Article III Terms of Payment Payments to FNI will be made as follows.` A. Invoice and Payment (1) FNI shall provide the CITY sufficient documentation to reasonably substantiate the invoices. (2) Monthly invoices will be issued by FNI for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article 1, the final payment of any balance will -be due within 30 days of receipt of the final invoice. . In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. SECRETARY OFFICIAL ROOM CR FT_ WORTH. M � (5) If the CITY fails to make payment in full to FNI for billings contested in good faith within 60 days of the amount due, FNI may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full ,, including interest. In the event of suspension of services, FNI shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General FNI will serve as the CITY's professional engineering representative under this AGREEMENT, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to FNI 's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) FNI 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. FNI shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by FNI, as 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 FNI. -2- D. Preparation of Engineering Drawings FNI will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the property the CITY. CITY may use such drawings in any manner it desires; provided, however, that FNI shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. FNI's Personnel at Construction Site (1) The presence or duties of FNI 's personnel -at a construction site, whether as on-site representatives or otherwise, do not make FNI 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. FNI 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 extend of specific site visits expressly detailed and set forth in Attachment A, FNI 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 or the agreement between CITY and FNI be construed as requiring FNI to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the FNI should make an on-site observation(s) , on the basis of such on-site observations, if any, FNI shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of FNI regarding the PROJECT. -3- (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, FNI shall be entitled to rely upon such certification to establish materials, systems, or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) FNI 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, FNI 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 operation personnel ; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, FNI makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from FNI's opinions, analyses, projections, or estimates. G. Construction Progress Payments Construction progress payments will be administered by the CITY's construction phase manager. 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. FNI is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. -4- I. Minority and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No. 11923, the CITY has goals for the participation of minority business enterprises and woman business enterprises in City contracts. FNI acknowledges the M/WBE goal established for this contract and its commitment to meet that goal . Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by FNI 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) FNI agrees that the CITY shall , until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of FNI involving transactions relating to this contract. FNI agrees that the CITY shall have access during normal working hours to all necessary FNI 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 FNI reasonable advance notice of intended audits. (2) FNI further agrees to include all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall , until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontracts, and further, that the CITY shall have access during normal working ng 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. K. FNI's Insurance (1) Insurance Coverage and Limits: FNI shall provide to the CITY certificate(s) of insurance documenting policies of the following coverage at minimum limits which are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate -5- Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis) . Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim/annual aggregate (2) Certificates of insurance evidencing that FNI has obtained all required insurance shall be delivered to the CITY prior to FNI proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. M Certificate(s) of insurance shall document that insurance coverages specified according to items section K. (1) and K. (2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation, non-renewal or material change in coverage shall be provided to the CITY. A ten (10) day notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto FNI 's insurance policies. Notice shall be sent to the respective Department Director by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. M Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. -6- Deductible limits, or self insured retentions, affecting insurance required herein may be acceptable to the CITY at its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the CITY. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The CITY shall be entitled, upon its request and without incurring expense, to review FNI 's insurance policies including endorsements thereto and, at the CITY's discretion, FNI may be required to provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless such are approved by the CITY. (j) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by FNI for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided FNI on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of FNI 's overhead. (1) All insurance required in Section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to FNI shall be required by FNI to maintain the same or reasonably equivalent insurance coverage as required for FNI. When insurance coverage is maintained by subconsultants, FNI shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is cancelled or terminated, such cancellation or termination shall not constitute a breach by FNI of the AGREEMENT. L. Independent Consultant FNI agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure FNI acknowledges to the CITY it has made full disclosure in writing of any existing conflicts of interest or potential conflicts if interest, including personal financial interest, direct or indirect, in properq abutting the proposed PROJECT and business relationships with abutting property cities. FNI further acknowledges that it will make disclosure in writing of any conflicts of interest which develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, FNI 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, FNI will , if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. 0. 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 FNI should have been aware of at the time this AGREEMENT Was executed, FNI 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 FNI could not have been reasonably aware of, FNI shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data The CITY will make available to FNI all technical data in the CITY's possession relating to FNI 's services on the PROJECT. FNI 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 FNI as required for FNI 's performance of its services and will provide labor and safety equipment as required by FNI for such access. The CITY will perform, at no cost to FNI, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with FNI '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 FNI 's services or PROJECT construction. D. Timely Review The CITY will examine FNI's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment C. E. Prompt Notice The CITY will give prompt written notice to FNI whenever the CITY observes or becomes aware of any development that affects the scope or timing of FNI's services or of any defect in the work of FNI or construction contractors. F. Asbestos or Hazardous Substances and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release FNI and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release,- or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess, or collect any tax to fund this indemnification. (2) The indemnification and release required above shall not apply in the event the discharge, release, or escape of hazardous substances, contaminants, or asbestos is a result of FNI 's negligence or if such hazardous substance, contaminant, or asbestos is brought onto the PROJECT by FNI. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding FNI 's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and FNI 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 FNI, 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 FNI." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and FNI and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this AGREEMENT. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against FNI. _10- I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre- existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide FNI a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of FNI 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 FNI, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect FNI 's cost of or time required for performance of the services, an * equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval . Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed FNI 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 FNI, 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 FNI will be at the CITY's sole risk. The final designs, drawings, specifications, and documents shall be owned by the CITY. C. Force Majeure FNI is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of FNI. D. Termination (1) This AGREEMENT may be terminated only by the CITY for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or FNI for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the CITY, FNI will be paid for termination expenses as follows: (a) Cost of reproduction of partial or complete studies, plans, specifications, or other forms of FNI 's work product. (b) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services. (c) The time requirements for FNI '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, FNI will submit to the CITY an itemized statement of all termination expenses. The CITY's approval will be obtained in writing prior to proceeding with termination services. -12- E. Suspension, Delay, or Interruption of Work The CITY may suspend, delay, or interrupt the services of FNI for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commi tment, and cost of FNIs personnel and subcontractors, and FNI 's compensation will be made. F Indemnification (1) FNI agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for any property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of FNI, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both FNI and the CITY (for a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between FNI and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, Section 33.011(4) (Vernon Supplement 1996) . G. Assignment Neither party will assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties means the CITY and FNI and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. -13- J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and FNI arising out of, or in connection with this AGREEMENT or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful , the claim, dispute, or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs, and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs, and expenses, will be final , judgement may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11) . (2) Any award greater than $50,000, exclusive of attorney's fees. costs, and expenses, may be litigated by either party on a de' nova basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. 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, i I I egal i ty, or unenforceabi 1 i ty will not affect any other provision, and this AGREEMENT shall be construed as i f such invalid, illegal , or unenforceable provision had never been contained herein. Articles V.F., VI.B. , VI.H. , VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. M. Observe and Comply FNI 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. FNI 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. -14- Article V11 Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B - Compensation Attachment C - Supplemental Obligations of FNI ATTEST: CITY OF FORT WORTH A, 1A � Alice Church By. Mike Groomer City Secretary Assistant City Manager APPROVED AS TO FORM BY: AND LEGALITY A. DOUGLAS RADEMAKER P.E. DIRECTOR OF ENGINEERING Assistant City Attorney ATTEST: FREESE AND NICHOLS, INC. act Authorization, ATTACHMENT A SCOPE OF SERVICES The "project" as defined by this scope of services will consist of professional services to prepare one set of design plans and specifications for the extension of Bear Creek Interceptor Sewer Main from the Keller, TRA meter station to the Intel diversion structure. PHASE 1 - PRELIMINARY ROUTE STUDY 1. Attend a start-meeting with the City staff for the purpose of designating key contact personnel and refining the scope of the project for preliminary route study. 2. Identify alternative routes for the sewer line starting at the TRA meter station and ending at the connection of the Intel diversion structure. A maximum of four routes will be examined. Special emphasis will be placed on the number of property ownerships required for each route and the ability of the project to provide service to both the Bear Creek basin area and Intel . It is understood that the location of the diversion structure will be south of Golden Triangle Boulevard at a point approximately 2,000 feet south of the future intersection of Golden Triangle Boulevard and the Beach Street extension. 3. Prepare an estimate of number of property tracts which will be crossed along each route. 4. Advise the City of the number of property tracts to be crossed with each alternative route and with the City's concurrence, select the most favorable route for additional study. 5. Prepare a preliminary construction cost opinion for the selected route. 6. Prepare a "Preliminary Alignment Report" describing the routes examined for the sewer line. The report will include a plan indicating each route examined, a preliminary profile of the selected route, preliminary cost opinion of the selected route, a summary and recommendation for the selected route. In addition, the report will include an estimate of number of parcels required for each route and a preliminary estimate of easement cost required for the project. Easement cost will be based on the acquisition of a 15 foot wide permanent easement and a 35 foot wide temporary construction easement at those locations where the project will be located on private property. 7. Submit five (5) copies of the "Preliminary Alignment Report" to the City for review. B. Incorporate City review comments (if any) into the "Final Alignment Report" and submit five (5) copies of the report to the City. Attachment A (Continued) PHASE 2 - PRELIMINARY DESIGN PLANS 1. Attend and document a maximum of 13 preliminary design meetings at the City of Fort Worth. The meetings will include project coordination, technical design considerations, level of detail , public meetings and project review. 2. Visit the site to verify the existing land features, obtain property map information and coordinate available survey data, obtain updated platting informatidn from City, and gather existing utility data and other pertinent information within the project limits from the City. 3. Data collection will include collection of City supplied data and research by the Engineer to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. Engineer will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to existing water and sewer lines, franchise utilities, TOOT highway plans, master plans developed by City or provided by Consultants, and available property ownership from appropriate agencies. 4. Coordinate with the City of Fort Worth and other municipalities, public and private utilities, or government agencies to determine the extent of available previous engineering studies that may have an impact or influence on the design of the projects. Documentation of information gathered from utilities will include identifying conflicts which may impact the method of construction or require relocation of a specific utility. Coordinate the alignment with the consultants designing the proposed force main, and lift stations which are to serve the Intel site. 5. Refine the preliminary alignment discussed in Phase 1. Coordinate the alignment ,with existing property maps, the creek alignment. and existing and future roadway alignments. Establish the wastewater alignment profile based on locating the improvements within a proposed utility easement that follows existing easements, floodplains and rights-of-way, whenever possible. Recommend locations for manholes and appurtenances. 6. Review existing information developed as part of the City's Wet Weather Program to determine flow requirements from within the basin and from the Inter project. The existing capacity and potential future capacity of the TRA system will also be reviewed to determine the line size of the proposed line. 7. Coordinate the limits of the field surveying and meet with the surveyors in the field to begin the topographic and easement surveys. 8. Coordinate the geotechnical field investigation with the geotechnical subconsultant. Attachment A (Continued) 9. Prepare preliminary plan and profile sheets for the sewer line alignment using data obtained from field survey. Preliminary plan sheets will include creek crossings, major highway crossings, permanent and temporary easements, existing utilities and utility easements and future improvements. Submit preliminary alignment to franchise utilities to coordinate any conflicts. 10. Prepare an overall easement map that identifies the required temporary construction and permanent utility easements required along the selected alignment. This map will show a tabulation of the easement size and property ownership. A maximum of 12 permanent easement parcels has been estimated for this project. Prepare and submit draft rights-of-way and easement documents and sketches to the City for review. The preparation of these preliminary easement documents will be used to set the sewer alignments, give the surveyor the basis for field surveys and easement preparation, and can be used by the City to discuss easement acquisitions with property owners. 11. Identify the permits that will be required for utility crossings TxDOT, and any environmental permits required along the alignment. Quantify the amount of permits required and develop a time line for submitting, review, and approval of permit applications. Permits for constructing project through franchise utility operator areas will be obtained by others. 12. Develop a conceptual design layout for renovating or providing a new meter station to be constructed at the site of the existing TRA Bear Creek meter station. Conceptual design will identify the primary flow measurement element and proposed instrumentation for the meter station. 13. Prepare preliminary estimates of probable cost of construction for the project. 14. Attend and document a final preliminary design review meeting. This meeting will finalize the alignment and easement locations such that final design can begin. PHASE 3 - PREPARATION OF DETAILED DRAWINGS AND SPECIFICATIONS 1. Upon completion, approval of Phase 2 and written authorization from the City, the Engineer will begin Phase 3 services. 2. Preparation of the final design package shall be based upon preliminary design plans as approved by City. 3. Prepare detailed plans, specifications, contract documents, designs, and layouts for the proposed improvements from the existing TA system to the Intel force main, a distance of approximately 15,000 feet. Attachment A (Continued) 4. Prepare one set of contract documents based on the General Contract Documents and Specifications for Water Department Projects (City of Fort Worth) . Prepare technical specifications for the construction items in accordance with City standards using General Contract Documents and Specifications for Water Department Projects (City of Fort Worth) . Address any special conditions related to the project. Prepare final bid proposals with quantities for the project. 5. Prepare a final Engineer's Opinion of Probable Cost of Construction for the project. ti 6. Prepare an estimated quantity summary sheet for the project. 7. Prepare and assist in the execution of forms/applications for permits necessary for construction of the project. All executed permits will be included in the bid documents. Permits to cross highway, franchise utilities, and connection to TRA sewer transmission line are anticipated. The contractor will obtain stormwater pollution prevention plan permits. The Engineer will furnish the City engineering data necessary for applications for routine permits required by local , state, and federal authorities. Coordination for U.S. Army Corps of Engineers Section 404 permitting, as applicable, and preparation of detailed applications and supporting documents for government permits will be provided as Additional Services, if required. 8. Submit plans, specifications, and contract documents to the applicable federal and state agency(s) on behalf of the City, where required. 9. Anticipate attending and Aocumenting a maximum of 6 final design meetings at the City of Fort Worth--,- The meetings will include project coordination, scheduling, technical de' sign considerations, design details, contract document preparation, public meetings and project review. 10. Submit 20 sets of plans and 5 sets of specifications to the City for review. Incorporate or provide written response to design review comments from City. Make required corrections or revisions to plans and specifications. 11. Attend and document a final plan review meeting with the City for each of the three projects. This meeting will be the final meeting before the project is released for bids. 12. Submit copies of final construction plans and contract documents to the City after addressing final review comments. Submittal shall include 5 copies of each of the final construction plans and 4 copies of specifications. Final plans will be on 24" x 36" sheets. Plan\profile views will have a minimum scale of 1"=40' horizontal and 1"=4' vertical . Final plans can be delivered to City on disks in AutoCad Rel . 12 format, upon request. 13. The City will provide the Engineer written approval of the Phase 3 plans before proceeding with Phase 4. Attachment A (Continued) PHASE 4 - SPECIFICATIONS, BID PROPOSAL, DELIVERY OF FINAL PLANS AND PRECONSTRUCTION CONFERENCE 1. The Engineer will deliver to the City original plans on mylar sheets having a minimum thickness of 0.0004 inches, 45 copies of the plans, specifications, notice to bidders, bid proposal , labor rates, experience records, general and special provisions, insurance statement, performance and payment bonds and contract forms complete and suitable for advertising for bids. The Engineer will provide assistance to the City in advertising for bids, tabulating bids received, provide recommendations for award of construction contracts, and prepare conformed and executed contract documents as Basic Services. 2. The Engineer will attend a pre-construction conference for the purpose of answering any questions pertaining to the design. The City will preside over the meeting. The Engineer will provide follow up responses or documentation as required. 3. Expenses for reproduction for the project includes 15 sets of plans for 'futility clearance", and 45 sets of plans and specifications for bidding. PHASE 5 - CONSTRUCTION SERVICES 1. Provide general field representation to observe the progress of the work and to answer questions that might arise in the field concerning the Freese and Nichols design of the project. 2. Review and recommend compliance of shop drawings, change orders, and pay requests, for the items required by the construction documents related to the proposed improvements, as requested by the City. PHASE 6 - FIELD SURVEYING/EASEMENT PREPARATION/CONSTRUCTION STAKING 1. Provide field survey for the preparation of the design plans. The design survey will identify existing land features, topography based on city datum, locations of existing utilities, and field ties to existing property lines and rights-of-way. The design survey will establish vertical and horizontal control points which can be utilized during construction. 2. Provide a 50-foot wide strip survey along the proposed sewer alignment. The location of the survey will be based on the conceptual alignments. If during the preliminary or final design it is determined that a revised alignment is required, then additional field surveys will be completed as an additional service. 3. Prepare metes and bounds descriptions and exhibits for easement documents for all Pe anent sewer utility easements and temporary construction easements required for the project. A total of 12 easement and legal documents has been estimated to be required for this project. Five (5) copies of easements and legal documents will be provided to the City. Attachment A (Continued) 4. Field surveys and easements will be prepared in AutoCad Rel . 12 format and are available on disk, upon request. 5. Provide one construction control staking for the project. The construction staking will include centerline stakes at 5001 intervals, staking all centerline P 's, PT's and PC's, 6 benchmarks for use by the Contractor's project layout, staking the permanent easement property corners and flagging the temporary construction easement. 6. Field surveying services in addition to those contained in the above description shall be considered Additional Services. PHASE 7 - GEOTECHNICAL INVESTIGATION 1. Provide a geotechnical field investigation to include the drilling of geotechnical borings along the proposed alignments. 2. Provide geotechnical laboratory analysis required to classify the soil types using samples obtained during the field investigation and identify geotechnical conditions along the route. 3. Provide ten (10) copies of geotechnical report summarizing the field investigations and including design data for backfill requirements, foundations, and other parameters as determined necessary to design the project. A location map of boring locations and soil boring logs shall be included in the report. PHASE 8 - SPECIAL SERVICES Various SPECIAL SERVICES incidental to the PROJECT, but not within the scope of the BASIC ENGINEERING SERVICES covered by Attachment A preceding, which may be performed or arranged for separately by the CITY, or may be added to FNI 's responsibilities by mutual agreement and written authorization include, but are not necessarily limited to, the following: (1) Additional meetings with local , state, and federal agencies to- discuss the project; (2) Supplemental engineering services required to meet the requirements of regulatory or funding agencies; (3) Prepare to serve as an expert witness on behalf of the CITY in connection with any public hearings or legal proceedings; (4) Perform outside of office services including shop, mill , field, or laboratory inspection of materials or equipment, not otherwise provided as BASIC ENGINEERING SERVICES; (5) Perform additional subsurface excavation in the event such excavation is required to locate existing facilities; Attachment A (Continued) (6) Prepare legal descriptions and plats in excess of those provided in Attachment A; (7) Perform geotechni cal assessments to determine soil , water table, or trenching characteristics; (8) Furnish construction plans and specifications in excess of those sets provided in Attachment A; (9) Complete redrawing of construction plan sheets, if required as a result of changes made in the scope of the construction contract after submission of final pans to the CITY; (10) Observe on-site conditions to evaluate exposed conditions, dewatering techniques, or changed conditions; (11) Coordinate with landowners for right of entry or other PROJECT related requirements; (12) Provide additional full-size and/or half-size final plan sets and specifications for the PROJECT in excess of the number required under Attachment A; (13) Provide additional borings which may be occasioned by the depth to rock being deeper than anticipated or because of changes in geological conditions which necessitate additional evaluation to properly define the strategic conditions; and (14) Provide any other services otherwise excluded int this AGREEMENT but customarily furnished in accordance with generally accepted engineering practices. ATTACHMENT B Compensation for engineering services shall for a total lump sum amount of Two Hundred One Thousand Dollars ($201,000) as follows: 1. Preliminary Alignment Report $5,774 2. Preliminary Design $32,745 3. Final Design $83,238 4. Survey and Easement Documents $58,058 5. Geotechnical Investigation and Report $7,700 6. Printing, Travel , Non-Labor Expenses $13,485 Total for Project $201,000 7. Special Services $18,000 For and in consideration of the SPECIAL SERVICES set forth in Attachment A herein, the CITY shall pay and FNI shall receive compensation for personnel time plus expenses in an amount not to exceed Eighteen Thousand Dollars ($18,000) , to be paid as follows: For all of FNI 's personnel time applied to the SPECIAL SERVICES, compensation shall be based on "Salary Cost" times a multiplier of 2.30. "Salary Cost" used herein is defined as the cost of salaries of engineers, draftsmen, stenographers, surveymen, clerks, laborers, etc., for time directly chargeable to the PROJECT plus social security contributions, unemploymenti excise and payroll taxes, employment compensation insurance, retirement benefits, medical and insurance benefits, sick leave, vacation, and holiday pay applicable thereto. All direct non-labor expenses, including mileage, travel and lodging expenses, but excluding subcontract expenses, applied to the SPECIAL SERVICES, shall be paid at invoice or internal office cost plus a ten percent (108) service charge. Subcontract expenses shall be paid at direct cost plus a ten percent (10%) service charge. ATTACHMENT C Amendments to Article IV - None Amendments to Article V None Amendments to Article VI - None Attachment D N v Co C) — 0) Co L() CD PCD- Cf) C) cl C6 rl: 0- cCi U") 6n V- E 0 eta 60� C14 In 71" (C F- .0 U) to w E CL .2 E CN 0 0 C) a 0 E w 0) ZL 0 0 Cu 0 0 U- 0 tl z 0- 0 < U- oll C%4 ul) < M w Attachment D, continued ca--- --------------- C: 4 to F- 0 rn 0 Ze 6:2 C4 2: E a, (D 0 0 0 of E -O 0 C - W .-0 0 cs Cr U) 0 E E 0 0 0 1 E E o 0 1 C-41 CN 0 (0 Co (D (0 t- fl- (0 0 0 t- m 0 U) m CD Nr .T to c7 CO c7 m CO C14 C"'} to Cl M C14 'Cr --t CO C.) V CV) m "It m to w r- N to Ul> I- r- - CO N t- tcvm ` 0) Nt CY) m C> CO t- 0 0 Cl) CO C14 a a C4 o (0 'T 0 6q 6q 5 1: C'i 64 td Ld 6,* C'i<a i � Cfl C4 64 64 44 64#q 64 6{¢61} 09. 6q w 6q 69 093 64 CV OD (0 IT IT (14 Nr '14' 0 r Co C14 (0 0 V' CO CV CV "IC14 CN t" (=,I 00 Cl) U') 0 0 CN 00 CO Q Cl 0- OX-11 (C) u') 0 C) CY) LO Ul) ) -I(C>lc)l OD It (D "r U) (D N CY) o 0:: Ul lCol"D (o CO'0 "TICO (0 (U 0 vt �rltolcvjct�—r CO C, "T CO CO CD 'IT rr CD CD :3 CO 0 C', C', 04 r CO 0 -------- ------ 0 w CCt f > OC C: w cv to (D t t 0 c OC UO 0 E 0 E w 0 0 a L I- • C E -a 0 > >1 0 0 >, 2 2 <tv r;c E 0 E � C* 0 0 W 0 E :tJ w ul 0 0 0 C 0 Uj 0 WE -0 U- Z f t Zi 0 '614 V ;� = 0 D 0 0 (r, 0 " v v ia 0 4) > W, =z 0 < CL 0 :E D w (0 Zi L'L 0- LL Of rn 0 0 6W20- Ed- b moo 0 V a) 6 04 m 'IT U') (0 (N C) -,- 2 to t-- w am C-4 C-4 M -I- in (0 C) m Attachment D, continued a. C) Cl 40 CD CO CO C) C) COO ac) (DCOrC> q,) V) U) v) CD CD a a to 19t CD (D 1-tt Co Ul) C) C) a (D Cq Cv N to Co t- r- r-- C) N C) fl- (D Oct Ct cc�r-I C� C!r"! 0) V- V') r- N '%t " — r U) N *,I- r et' r Co M M M N CO r-• t- C 60 613-604 C4 CNi#f3 61-11,61), 1:C4 C4 61-1-611,(1:� r-• o 60),Vy to LO 61-'*t4 09> 6q FA 6r?W. 64 K}E v>609, 6rf 60, 0 tu E cc (v (D LO CD C) CD 0 C) 0 Cl t P nr• CD a a Il- .0 "t " ") d *;;; a to C) to LO U") CL C) C:) a a CO CD C) CD C r Co = — M CL.,,t7 vy 69, (:r� 0 0 00 C5 Vi 6 Ci 6 C; 6 6 Cl 6q 64 vq�6--to 0 Ems('5-('05,Zq 6q tog, E E E E Vy 64 can C'j CO (0 C\j N C) Ca C> C) U) CO V) Cl> C� C (D Cl r- CD (D C) It (D 0) 0 CL r Ch E 0 CU CO (D Cr C> tt> 00 to V) to CN CN of et CU x _ M Ca Ca Ca M M W CL 0. CL CL CL CL Ln ups a E2 t2 C: ht 0 0 (D 0 0 0 (D w o CU E > 0 Tf t: It x C: „C LL U- 0 ; 0 — w 1-- Cl CL - - t-- W < 0 0 4) 0 0 0 x M 0 < < (02 :2 ct� 0 0 0 0 X ry 0 CO 3� 0 0 0 0 0 (D C) 2 x 75 0) CO o W (D (D CU cc M CU U- a CD 0 0 -6 CL E 0 ww M n W M CL CL CL CL CL W ( CO " aL 0 0— C) 4- 0 0 M w Attachment U, continued r Q m it�p [t�� � �-- CD CO f0 fi7 tD slf eO (p tD t0 t0 tt3 CD . . h ham,. � lip (*5 O if) S};i '0 fly p P P N P p p N tY A {V [V N CV 9 R eY d {y f6 [D+YY 4 4 a eil 4 t J f'i C'f L+') M Nf i+j t+i tai L") t"S fn {ry C') V` V V S i^- 0 tv g '4 w w I v ' cv tv cv cv P p cw <v I ry tv cv P tv cv e r cv E >' , -4ro FN C4 C4 cd + t + 8 t a. .# + + + 4 E salvo 010 toot IV ti � a � � uti i zP s 3 ts� s 0 � _ sD , _ as C? As m e fls ax at ' at em 5 cr i 1 c c g c _t�r m ,P _ eva as<ss r•. s ,"- gig '- Asa cal-7 s all A .» ( t: J a>��ice€ g 3 ev _ rah W1 £W � � 7 t�, .�..W. ' ,h re a a•.. as tr °» c> tr zs° s�, t ?+3 st ett €�'�E;CI-4 ggyy �}} arstj cc ( C% p r4 t�i CSC) r Attachment E 0 z . on ` N w �y r- w to 0� T- OLL o CF3 = 00 C- 0 p" t 0 U1 d` •y {.. (Y) N r-- 1 0 G9 w, 0 c C: C? 0 cc�-- Q p 0 CO r � C9 G1c � - tt� ttc CL 4: 0) • �C cts 2 0- I City of Fort Worth, Texas �Lls/�_ - Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 03/25/97 C-15966 30BEAR 1 of 2 SUBJECT AWARD OF ENGINEERING SERVICE AGREEMENT WITH FREESE & NICHOLS, INC., FOR THE DESIGN, EASEMENT PREPARATION AND CONSTRUCTION STAKING OF BIG BEAR CREEK INTERCEPTOR SEWER MAIN EXTENSION TO SERVE THE PROPOSED INTEL SITE RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Freese & Nichols, Inc., in the amount of $201 ,000.00 for the design, easement preparation and construction staking of Big Bear Creek interceptor sewer main extension to serve the proposed Intel site. DISCUSSION: In November 1996, Intel Corporation announced its plan to locate a plant north of Alliance Airport. Intel has indicated a desire to have water and sewer service to the site by May 1998. Ultimate water demand is anticipated to be 8 million gallons per day. Wastewater discharges will be treated at three separate wastewater facilities. Freese & Nichols, Inc., has been selected to design one of the drainage routes, more specifically the Big Bear Creek interceptor tying to the TRA Central wastewater treatment facility. The scope of services consists of designing 14,600 feet of gravity sewer main to serve the proposed Intel site. Included within the scope of services is the preparation of all temporary and permanent easements and and construction staking. Those services are broken down as follows: Engineering Design $135,276.00 Design Survey $ 25,444600 Geotechnical Investigation $ 7,700.00 Easement Preparation $ 21 ,780.00 Construction Survey $_1 0_,_800.00 Total Fee: $ 201 ,000.00 The Department of Engineering will require an additional $10,000.00 for the coordination of this phase of the project-, 0 Printed on Recycled Paper City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER Lt7G NAME PAGE 2 of 2 031125/97 C-15966 30BEAR SUBJECT AWARD OF ENGINEERING SERVICE AGREEMENT WITH FREESE & NICHOLS, INC., FOR THE DESIGN, EASEMENT PREPARATION AND CONSTRUCTION STAKING OF BIG BEAR CREEK INTERCEPTOR SEWER MAIN EXTENSION TO SERVE THE PROPOSED INTEL SITE Freese & Nichols, Inc., is in compliance with the City M/WBE Ordinance by committing to 26% M/WBE participation. The City's goal on this project is 25%, The project is located COUNCIL DISTRICT 4, Mapsco 22-J, K, L and M. FISCAL INFO RMATION/CERTIFICATION: The Director of Fiscal Services certifies that funds are available in the current capital budget, as appropriated, of the Commercial Paper-Sewer Fund, MG:f Orrice by Mike Gro-omer 6 40 APPROVED Originating Dtpartrywnt Head: CITY COMM V, y" URI- ho Printer!on A"- dod P8,W