Loading...
HomeMy WebLinkAboutContract 29019 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERV SECRETARY CONTRACT NO _ I 0 This AGREEMENT is between the City of Fort Worth (the "CITY'), and Dunaway Associates, Inc., (the "ENGINEER"), for a PROJECT generally described as: Walsh Ranch Water Main Extension, Phase I. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension A services_a= �J-11D ��h ORIGINAL 1�. , ��{. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the 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. ENGINEERING CONTRACT Page 2 of 14 E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality ENGINEERING CONTRACT Page 3 of 14 of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate ENGINEERING CONTRACT Page 4 of 14 and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give sub-consultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident(or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits 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 ENGINEERING CONTRACT Page 5 of 14 (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage 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 or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any aitemative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. (i) The Cornmercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions. ENGINEERING CONTRACT Page 6 of 14 (j) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (1) All insurance required in section K, except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When subconsultants maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. ENGINEERING CONTRACT Page 7 of 14 O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data The CITY will make available to the ENGINEER all technical data in the CITY'S possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY'S personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other ENGINEERING CONTRACT Page 8 of 14 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 A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER'S negligence or if such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim 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." ENGINEERING CONTRACT Page 9 of 14 (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. ENGINEERING CONTRACT Page 10 of 14 B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. ENGINEERING CONTRACT Page 11 of 14 F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party shall 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 mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas_ J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or .any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than ENGINEERING CONTRACT Page 12 of 14 $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attomey's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI-I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. ENGINEERING CONTRACT Page 13 of 14 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties_ The following attachments and schedules are hereby made a part of this AGREEMENT.- Attachment GREEMENT:Attachment A- Scope of Services Attachment B - Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Executed this the day of 2003. ATT ST: C OF FORT WORTH y —, Gloria Pearsbn Marc. A� Ott City Secretary Assistant City Manager �01-1 d APPROVAL RECOMMENDED contract Authorization pl �� 03 Douglas Rademaker, P.E. DateDirector, Engineering Department APPROVED AS TO FORM AND LEGALITY Assistant City Attorney nUNAWAY ASSOCIATFS, INC. ATTEST: ENGINEER By: >n' i Brian S. Darby,45.E. Associate W ALSH RANCH-flUNAW AY-2 J�C66 ENGINEERING CONTRACT � Page 14 of 14 ` ATTACHMENT "A" General Scope of Services "Scope of Services set forth herein can only be modified by additions, clarifications, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." GENERAL 1) Preliminary Conference with City The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the plans and specifications which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the design of the proposed street, and storm drain and/or water and wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnical Investigations The Engineer shall advise the City of test borings, and other subsurface investigations that may be needed. In the event it is determined necessary to make borings or excavate test holes or pits, the Engineer shall in coordination with the City and the City's geotechnical engineering consultant, draw up specifications for such testing program. The cost of the borings or excavations shall be paid for by the City. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. 5) Design Changes Relating to Permitting Authorities If permitting authorities require design changes, the Engineer shall revise the plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the -1- permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Plan Submittal Copies of the original plans shall be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering and 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; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the drawings without the written approval of the Engineer. PHASE 1 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four (4) copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall fumish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to any proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. -2- 10) Conceptual Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and water/wastewater facilities. The Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. PHASE 2 11) Design Data The Engineer shall provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four (4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies_ The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. -3- PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. PHASE 5 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. -4- 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. -5- EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: WATER AND/OR SANITARY SEWER IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for water and/or sanitary sewer improvements for the following: Water Main Extension to serve Walsh Ranch, Phase I. D.O.E. No. 4158, Water Project No. PW77-060770140580 31,000 LF of 30-inch Water Line Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PART A— PRE-ENGINEERING 1. Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. The anticipated meetings include the following: One (1) pre-design kick-off meeting, (including the CITY's Department of Engineering and other departments that are impacted by the project). One (1) informational meeting with representatives from the Old Weatherford Road Neighborhood Association. One (1) informational meeting with the owners of the property which the Phase I Water Line will cross (other than Walsh property). One (1) review meeting at completion of the City's review of the conceptual engineering plans. b. Data Collection EA1-1 2002113 SUP-SCOPE EX-A-1 03-0728 BSD.doc In addition to data obtained from the City, ENGINEER will research and make efforts 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; utilities, City Master plans, property ownership as available from the Tax Assessor's office. C. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Monthly Progress Report The ENGIENER shall submit a progress schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress report as required under Attachment B of the contract. 3. Contractor d-holes ENGINEER shall have contractor d-hole each end of sleeves previously constructed by City of Fort Worth field operations under 1-20. Location, elevation, size, and condition will be verified. PART B - CONSTRUCTION PLANS AND SPECIFICATIONS 1. Route Study a. The ENGINEER will meet with affected parties as outlined in Part A above to gather information pertinent to the alignment of the proposed Water Line improvements. b. ENGINEER will analyze alternative for the Water Line routing along with future Westpoint Boulevard and Walsh Ranch Parkway roads. Viable alternative will be depicted in exhibits. The vertical profile of the proposed Water Line will be considered in the Route Study. The ENGINEER shall submit a copy of the Route Study which includes layouts EA 1-2 2002113 SUP-SCOPE EX-A-1 03-0728 BSD.doc and preliminary right-of-way needs for the ENGINEER's recommended plan. 2. Conceptual Engineering L Surveys for Design a. After approval of the Route Study, the ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information which will be needed for use by the ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location and buried utilities, structures, and other features relevant to the final plan sheets. b. Specifically, the design survey will include the following: 1) HORIZONTAL & VERTICAL CONTROL — Establish horizontal and vertical control along the route of the project. Vertical control shall be established from the GPS control points established by TranSystems. The horizontal control shall be established and densified from GPS control points established by TranSystems for the Walsh Ranch Projects. Set five permanent monuments (concrete with City of Fort Worth cap) for future use. Set project benchmarks at approximate 2,000-foot intervals for construction use for the project. 2) EASEMENT PREPARATION & PLATTING SERVICES — Prepare five (5) permanent easements for the proposed sanitary sewer line with legal descriptions and exhibits. The easements shall be tied to the Texas State Plane Coordinate System North Central Zone NAD 83. Prepare five (5) temporary construction easements for the proposed sanitary sewer line with legal descriptions and exhibits. Prepare a boundary surrey of the proposed tank site and prepare a plat of the tank site for submittal to the City of Fort Worth. 3) CENTERLINE LOCATION — Locate the proposed centerline in the field after the City approves the route. 4) BORE HOLES & DE-HOLES — Stake sixty-three (63) bore holes and four (4) de-holes for the project and provide X, Y & Z coordinates to the engineer. The location of the bore holes and de-holes are as follows: 48 bore holes along the proposed waterline route, 5 bore holes at the tank EA 1-3 2002113_S U P-S C OPEEX-A-1 03-0728 BSD.doc storage site, 10 bore holes at IH-20 crossings and 4 de-holes at the existing IH-20 pipe crossings. 5) TOPOGRAPHIC SURVEY — Provide a topographic survey for the project. Locate all the existing features within the topographic limits including but not limited to power poles, trees or tree lines, buildings, sanitary sewer clean-outs, paving, fences, property corners, driveways, culverts, water valves, sanitary sewer manholes and grade breaks. The limits of the topographic survey shall be 100 feet wide (50 feet left of and right of the proposed centerline or extending 100 feet north of the north right-of-way line of IH-20). Provide a topographic survey of the proposed water tank site as required. 6) DELIVERABLES — Prepare a digital design drawing in AutoCAD R- 2000 showing all visible existing features located, property lines including the right-of-way of IH-20 & IH-30 and one foot interval contours along the DTM, an ASCII point file and a hardcopy of the field notes and benchmarks. C. Engineer Will Provide The Following Information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the CITY Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, all drawing files shall be provided in MicroStation (DGN) or Autocad (DWG or DXF) format (currently Release 2002), or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. The minimum information to be provided in the plans shall include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2. The following information about each Control Point; EA 1-4 2002113 SUP-SCOPE EX-A-1 03-0728 BSD.doc a. Identified (Existing City Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). 3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. 4. No less than two horizontal control points, per line or location. 5. Bearings given on all proposed centerlines, or baselines. 6. Station equations relating utilities to paving, when appropriate. ii. Public Notification and Personnel/Vehicle Identification Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name, limits, DOE project no., Consultant's project manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. When conducting site visits to the project location, the consultant or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identifiable. iii. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 90 days after Notice to Proceed Letter is issued. b. The ENGINEER shall perform conceptual design of the proposed improvements and furnish four (4) copies of the concept engineering plans which includes layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. ENGINEER shall perform remaining field EA1-5 2002113 SUP-SCOPE EX-A-1 03-0728 BSD.doc surveys required for final design of selected route(s). The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. All design shall be in conformance with Fort Worth Water Department policy and procedure for processing water and sewer design. ENGINEER shall review the City's water and sewer master plan and provide a summary of findings pertaining to the proposed project. 3. Preliminary Engineering Upon approval of Part B, Section 1, ENGINEER will prepare preliminary construction plans as follows: a. Overall water and/or sanitary sewer layout sheets and an overall easement layout sheet(s). b. Preliminary project plans and profile sheets which show the following: Proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. C. For sewer lines, pipelines schedule for point repairs, rehabilitation and replacement will be located on the base sheets prepared from survey information gathered under Part B, Section 1. Conflicts shall be resolved where pipelines are to be rehabilitated on the same line segment. Base sheets shall reference affected or adjacent streets. Where open-cut construction is anticipated, below and above ground utilities will be located and shown on the base sheets. d. Existing utilities and utility easements will be shown on the plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to determine if any future improvements are planned that may impact the project. e. The design for sewer service line reroute/relocation will be provided if the flow line elevation of the sewer service can be determined from the cleanout location. If this elevation cannot be determined during design survey, the design shall be provided after award of the construction contract as specified in Section A, Part 1b. f. The ENGINEER shall make provisions for reconnecting all water and/or wastewater service lines which connect directly to any main being replaced, including EA1-6 2002113 SUP-SCOPE EX-A-1 03-0728 BSO.doc replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. g. The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-Section of the City's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. h. Right-of-Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approval by the City. i. Geotechnical Services For purposes of this proposal, it is assumed that all borings are accessible to all-terrain drilling equipment. In addition, it is assumed that no underground utilities exist at boring locations. 1. Subsurface Exploration Based on past experience in the vicinity of the project, we anticipate subsurface conditions to consist of soils and rock of the Duck Creek, Kiamichi, and Goodland geological formations. Experienced drillers and technicians will evaluate subsurface conditions with a total of 63 sample borings as follows: Water Line - 48 borings to 25 feet Ground Storage Tank- 1 boring to 30 feet plus 4 borings to 20 feet 1-20 Crossings - 10 borings to 25 feet EA1-7 200211 3SUP-SCOPE EX-A-1 03-0728 BSD.doc The field personnel will drill the borings using truck-mounted equipment. Cohesive and non-cohesive soil samples will be obtained using 3-inch diameter Shelby tube samplers and 2-inch diameter standard split-spoon samplers, respectively. In addition, rock encountered will be evaluated by use of Texas Department of Transportation (TXDOT) cone penetration tests. A soils logger will extrude the samples in the field, check the samples for consistency with a hand penetrometer, carefully wrap them to preserve their condition, and return them to the laboratory for testing. A log of each boring will be prepared to document field activities and results. It is understood that boring locations will be staked by Dunaway Associates, Inc. prior to field drilling. Locations of the borings will be shown on the plan of borings. At the completion of drilling operations, boreholes will be backfilled with drill cuttings and plugged at the surface by hand tamping. 2. Laboratory Services Considering the planned facilities, anticipated soil conditions and geology, laboratory tests will be required for classification purposes, and to determine strength characteristics. The following types of tests are therefore recommended: - moisture content and soil identification - liquid and plastic limit determinations - unconfined compression tests on soil - unit weight determinations - absorption pressure and/or one-point pressure swell tests - consolidation test The specific types and quantities of tests will be determined based on geologic conditions encountered in the borings. 3. Engineering Services An engineering report will be prepared to present the results of the field and laboratory data together with our analyses of the results and recommendations. We will provide three copies of the report. The report will address: - general soil, rock, and ground-water conditions - comments about general excavatability of onsite soil and rock - recommendations for ground storage tank foundation type, depth and allowable EA 1-8 2002113 SUP-SCOPE EX-A-1 03-0728 BSD.doc loading - recommendations for tank floor slab support, including an evaluation of the swell characteristics of the subgrade soils - foundation construction requirements - earthwork recommendations Items other than those specified above, which are revealed by these studies or are necessitated by a change in project scope, may require revised field, laboratory, and engineering services. These services, if required and requested, will be performed as Additional Services. Additional Services are described in Section Il. j. Easement Acquisition OWNER CONTACT: Each owner will be contacted to inform them of the project and seek right of entry for surveying as well as environmental and geo-technical work to be performed on the property. APPRAISAL/MARKET STUDY: The ENGINEER's agent shall provide Market Study with price ranges to be approved by the City of Fort Worth prior to negotiations with the property owners. The Market Study will be completed by an independent appraiser who will also complete the appraisals is such are necessary. If negotiations are not successful based on these ranges, the City may authorize the independent appraiser under the management of the ENGINEER'S agent to provide an appraisal of the property to use in further negotiations. The fixed fee presented in Exhibit "B-3C" includes the Market Study, Negotiations, and Project Management. The appraisal fee and condemnation fee are listed separate in Exhibit "13-3C". If the Appraisal is not necessary on a particular property, the City will not be billed for that parcel. The fixed fee presented in Exhibit "B-3C" also provides for the Appraiser to be present and testify at condemnation proceedings if requested by the City. The fee is based on the assumption that approximately 3 hours of the Appraiser's time will be spent attending and testifying at the hearing. If the Appraiser's assistance with the condemnation proceedings is not necessary, the City will not be billed for that parcel. Should additional time be required, the Appraiser's fee would be based on their hourly rate. The appraisals and Market Study will be prepared by State Certified appraisers in accordance with the Uniform Standards of Professional Appraisal Practice (USPAP). The appraisals will be suitable for use in condemnation proceedings if necessary. The ENGINEER's agent will present to the City of Fort Worth a copy of the appraisals for the City's approval. TITLE INFORMATION: This contract assumes that Title Policies will be purchased by the City of Fort Worth at the time of closing. All closing costs to be paid by the City of Fort Worth. EA1-9 2002113 SUP-SCOPE EX-A-1 03-0728 BSD.doc The ENGINEER's agent shall review liens or other exceptions reported in the Title Commitment. The ENGINEER's agent shall be responsible for the determination of the location and the effect of any utility easements. The ENGINEER's agent shall report the results of the Title Commitment to the City, recommending the disposition of the exceptions. The decision whether the reported exceptions are acceptable or must be eliminated will be the responsibility of the City. Any action required to clear title is not included in the Scope of Work for this project, and if this task is necessary, will require an amendment to the contract. RECOMMENDED NEGOTIATING PRICE: The offer to purchase the properties will be based on the Market Study and/or Appraisals as indicated above. The City will approve the value to be used in negotiation and the range of negotiating authority to be given to the ENGINEER's agent. NEGOTIATION: The ENGINEER will provide the services of qualified right-of-way agents to secure the required easements for the project. The ENGINEER's agent will negotiate on behalf of the City. The ENGINEER's agent will provide a good faith effort to acquire all the rights-of-way through a negotiation process, which will generally consist of no less than three contacts with the property owner or his authorized representative. Generally, no more than five contacts will be necessary to reach an agreement with the property owner or to determine that further negotiations will be non productive and the eminent domain actions will be necessary to acquire the property. If absentee owners are involved, the negotiations may be conducted via telephone, fax, or by mail. No travel outside of the project area is included in the scope of this project. The initial offer made to the property owner will be based on the value approved as previously discussed in the paragraph entitled VALUATION OF PARCELS. All counter- offers by the property owner along with the ENGINEER's agent's recommendations will be presented to the City for their consideration. The City must approve such counter offers before the ENGINEER's agent will be authorized to agree to the requested changes. All monetary offers made to the property owners will be within the limits authorized by the City in the various stages of the negotiation. After reaching an agreement with the landowner on the consideration and all other terms of the transaction, the ENGINEER's agent will forward to the City a Memorandum of Agreement (M/A) executed by the property owner to be ratified by the City. This M/A sets forth the compensation and any other terms and conditions agreed upon. The City will be responsible for obtaining the City's ratification and for returning the ratified M/A to the ENGINEER. The ENGINEER'S agent will then inform the Title Company that the parcel is ready for closing. The payment to the property owner and the closing procedures will be in compliance with the procedures defined in the paragraph entitled CLOSING PROCEDURES, which will be discussed later. In the event these good faith efforts fail to produce a satisfactorily negotiated easement, the ENGINEER's agent will recommend to the City that the City use its power of Eminent Domain to acquire the right-of-way. EA1-10 2002113 SUP-SCOPE EX-A-1 03-0728 BSD.doc CLOSING PROCEDURES: Closing Procedures — The ENGINEER'S agent will coordinate contacts with the City and Title Company for the closing of the transaction. Payment to the property owner will be made through the Title Company at closing. The Title Company will record the documents upon closing. The documents will be returned to the ENGINEER'S agent after recording who will then submit the original document and title policy to the City. DOCUMENTATION: Written documentation will be maintained for each property in a separate parcel file. The ENGINEER will include, as a minimum, the name, address and telephone number of the property owner and tenant, the property owner's verification of title information, the legal description and plat, the authorized negotiating price, and a copy of the right-of-way conveyance and curative documents. The ENGINEER's agent will provide a monthly progress report on the acquisition, which will be submitted to the City. RELEASE OF TEMPORARY CONSTRUCTION EASEMENTS: Upon completion of construction and final acceptance of the project by the City of Fort Worth, the ENGINEER'S agent will perform the necessary tasks to release the temporary construction easements. k. Cathodic Protection System Design 1, Document Review& Project Management This task consists of all the preparatory work preceding the detailed testing in the field. The specific elements of Task 1 are as follows: The pipeline construction drawings will be reviewed at our Houston, Texas office. The purpose of the review will be to determine pipe depth and location of pipeline features, and to select field sites for testing. The Principal Engineer will define the project requirements and meet with the Senior Corrosion Specialist to develop the field test work plan. Also under this task, the Technician will assemble all of the test equipment and confirm proper calibration and operation of all instrumentation. 2. Field Survey It is anticipated that the field survey of the project will require 4 days (10 hours/day) of field time, including the time required to transport manpower and equipment to and from the job-site. The Senior Corrosion Specialist and Technician will perform the field tests. Field survey work will include the following: EA1-11 2002113 SUP-SCOPE EX-A-1 03-0728 BSD.doc Soil resistivity measurements will be recorded in accordance with ASTM G57-95. Measurements will be performed form grade to depths of five, ten and fifteen feet. A total of thirty-three (33) sets of readings will be recorded at approximately 1,000-foot intervals, including one set at each end of the pipeline. Soil samples will be provided to Corrpro by the geotechnical firm with one sample from fifteen (15) borings, collected near the bottom of the proposed pipeline, at that specific location. In addition, if possible, groundwater samples will also be collected and analyzed from any water crossing located along the pipeline route. Pipeline alignment will be surveyed with respect to crossings of foreign pipelines and paralleling utility systems. Existing cathodic protection systems and locations of foreign line test stations will be identified. The impact of the foreign pipeline crossings will be assessed. Pipeline alignment will be surveyed for possible induced AC interference and the need for protection under fault conditions. Dimensional field sketches will be created of possible locations for cathodic protection anodes. Locations of secondary AC service and sites for the installation of sacrificial anodes will be noted. 3. Data Analysis and Lab Work Following the completion of the field survey, the crew will return to Houston. All electrical data will be processed and the soil samples will be tested. Included under this task are all of the following: Soil resistivity test data will be evaluated including the use of Barnes Layer techniques for determining resistivities of the soil layer where the pipe is to be installed. Soil samples will be tested in the laboratory for moisture content, pH, chloride ion concentration, sulfide ion concentration and conductivity. Water samples will be similarly tested, with the exception of moisture content. Sulfate ion concentrations will be determined for water samples as well. AC and DC interference test data will be tabulated and analyzed using computer models. All data will be compiled and an overall analysis of the conditions for galvanic and electrolytic corrosion along the pipeline route will be performed. 4. Corrosion Protection Design Following the analysis of the electrical data and the soil test results, corrosion protection and AC/DC interference mitigation requirements will be defined for EA1-12 2002113 SUP-SCOPE EX-A-1 03-0728 BSD.doc ductile iron, concrete cylinder pipe and steel pipe. Design criteria will include minimizing the impact of the severe soil stresses in the area and a preference for sacrificial anode versus impressed current cathodic protection. Specific design deliverables will include specifications for: - Pipe Joint Electrical Continuity Bonding - Flange Isolation - Electrical Isolation at Cased Crossings - Test Stations - Stray Current Interference Mitigation at Foreign Pipeline Crossings - AC Interference Mitigation - Cathodic Protection 5. Construction Support During the construction support phase of the project, Corrpro Companies, Inc. will provide technical services to: Review shop drawing submittals for joint bonding, electrical isolation, test stations, cathodic protection and AC/DC interference mitigation systems. Perform two days of inspector training, one at the beginning of pipeline construction, and the second at the beginning of the cathodic protection and interference system(s) construction. Two days in the field to observe the final system commissioning and interference tests performed by the Contractor after installation of the cathodic protection and interference mitigation systems. Review Contractor system commissioning reports. I. Corps of Engineers Section 404 Permit Conduct the Routine Wetland Delineation in accordance with the U. S. Army Corps of Engineers Wetlands Delineation Manual (January 1987). The procedures are as follows. Routine Wetland Delineation: Perform a Routine Wetland Delineation to identify USACE jurisdictional areas on the subject site for purposes of permitting under Section 404 of the Clean Water Act (1972). The delineation should take approximately two weeks to complete. Prepare Delineation Report: Upon completion of the delineation, prepare a written report that provides the findings, conclusions, and recommendations of the delineation. The report should take two weeks to complete. EA1-13 2002113—SUP-SCOP EEX-A-1 03-0728 BSD.doc Submit the Delineation Report: We will not submit the Delineation Report to the Region 6 Office of the USACE in Fort Worth, Texas, unless a permit will be necessary for the site and only at the request of City of Fort Worth. Nationwide 12 Permit Preparation: Prepare documentation and coordinate with the USACE for the proposed work under Nationwide 12 Permit to the USACE. M. Archaeological Survey 1. Secure an archaeological survey permit from the Texas Historical Commission. 2. Conduct a records search to determine if cultural resources have been recorded in the area of the proposed project, or are known to avocational archaeologists who may be members of the Northeast Texas or the Texas Archeological Societies. 3. Conduct a comprehensive on-the-ground survey of the trail routes. We will survey a 30' wide trail corridor for cultural resources. Shovel-testing and other subsurface inspection of buried soil or cultural zones will be done on an as-needed basis following the guidelines developed by the Council of Texas Archeologists and followed by the Texas Historical Commission, Archeology Division. We estimate that up to 44 shovel tests will be excavated along the trail routes. Additional tests may be needed to define site deposits if they are found within the corridor in the upland or along ridges. Based on the depths of the soils described by the Soil Conservation Service and the location in the watershed, we do not expect that backhoe trenching will be needed. 4. Carry out detailed artifact analysis as needed and prepare the records and artifacts for curation at the Texas Archeological Research Laboratory. 5. Prepare a written report which will be submitted to the Texas Historical Commission (THC) for review and comments, and will meet the standards for short reports prepared by the Council of Texas Archeologists. 6. Revise the report after review by THC, if needed, and submit 20 copies of the final report to THC and 3 copies to the City of Fort Worth. EA1-14 200211 3SUP-SCOPE EX-A-1_03-0728—BSD.doe n. Storm Water Pollution Prevention Plan ENGINEER will prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the project for use by the Contractor during construction. The City of Fort Worth's example will be used as a template. ENGINEER will prepare drawings and details for the proposed SWPPP improvements that the Contractors must use during construction. Contractor shall be responsible for filing the SWPPP plan with the appropriate regulatory agencies. o. Right-of-way/Easement Preparation and Submittal Preparation and submittal of right-of-way, easements and rights-of-entry will be in conformance with "Submittal of Information to Real Property for Acquisition of Property". P. Utility Clearance Phase The ENGINEER will consult with the City's Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. q. Preliminary construction plan submittal i. Preliminary plans and specifications shall be submitted to City 120 days after approval of Part B, Section 1. ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) sets of specifications and contract documents to CITY for review. Generally, plan sheets shall be organized as follows: EA1-15 2002113 SUP-SCOPE EX-A-1 03-0728 BSD.doc Cover Sheet Easement layout (if applicable) Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. The ENGINEER shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. ENGINEER shall assist City in selecting the feasible and/or economical solutions to be pursued. r. Review Meetings with City The ENGINEER shall attend one (1) meeting with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. S. Public Meeting After the preliminary plans have been reviewed and approved by the City, the ENGINEER shall prepare project exhibits, provide the CITY with the database listing the names and addresses of all residents and business to be affected by the proposed project, and attend public meeting to help explain the proposed project to residents. The CITY shall mail the invitation letters. 4. Final Engineering Plan Submittal a. Final Construction Documents shall be submitted to CITY 30 days after approval of Part B, Section 2. Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each sheet shall be stamped, dated, and signed by the ENGINEER) and submit two (2) sets of plans and construction contract documents within 15 days of CITY's final approval. Plan sets shall be used for Part C activities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. EA1-16 2002113 SUP-SCOPE—EX-A-1 03-0728 BSD.doc PART C - PRE-CONSTRUCTION ASSISTANCE Administration a. Deliver Bid Documents The ENGINEER will make available for bidding, upon request by the CITY, up to forty-five (45) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Proposal will be delivered in electronic format. b. Bidding Assistance The ENGINEER shall assist the CITY during phase including preparation and delivery of addenda to plan holders and responses to questions submitted to the DOE by prospective bidders. Engineer shall attend the scheduled pre-bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening develop bid tabulations in hard copy and electronic format and submit four(4) copies of the bid tabulation. c. Assistance During Construction The ENGINEER shall attend the pre-construction conference for the project. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes, if necessary. PART D - RECORD DRAWINGS The Engineer shall prepare record drawings from information submitted by the CITY inspectors. EA1-17 200211 3SUP-SCOPE EX-A-1 03-0728 BSD.doc EXHIBIT "A-2" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: GROUND STORAGE TANK The following tasks outline the scope of services to perform preliminary engineering, design, and inspection services for the Walsh Ranch Water Facilities — Phase I: Ground Storage Tank. The scope consists of five (5) main tasks with subtasks as follows: Task 1 Preliminary Design Engineer will conduct preliminary design/evaluation for the proposed ground storage tank consisting of the following sub-tasks. A. Tank Sizing Evaluation — Engineer shall review existing reports and studies and shall evaluate proposed demands for the Walsh Ranch Development and the City of Aledo to determine the final sizing of the ground storage tank. B. Tank Siting/Construction Method for Elevation Requirements Evaluation — Engineer shall investigate/evaluate proposed sites and the construction requirements for each site and recommend a site to the Owner. The site evaluation will include tank construction provisions to accommodate the required overflow elevation of the tank. A maximum of four (4) sites will be evaluated. A geotechnical investigation will be conducted on the proposed site. C. Evaluation of steel versus pre-stressed concrete tank — Engineer shall conduct a life- cycle cost analysis of steel versus pre-stressed concrete tanks for the proposed tank. A recommendation shall be made for construction materials. D. Preliminary Cost Estimate — Engineer shall develop a preliminary construction cost estimate for construction of the tank. E. Preliminary Engineering Report — Items A through D shall be summarized into a preliminary engineering report. The preliminary engineering report shall be so written as to be incorporated into the overall preliminary engineering report for the Phase I Water Facilities. Task 2 Final Design A. General 1. Engineer will conduct monthly progress meetings during the design phase with CITY staff to review work completed to date, project schedule, and other issues. These meetings will be approximately 1-hour in duration. EA2-1 2002113 SUP-SCOPE EX-A-2 03-0728 BSD.doc 2. Engineer will perform project management duties through the design phase, including tracking budget and schedule and meeting with CITY staff as required. 3. Engineer will perform quality assurance/quality control procedures during the design phase. Those procedures will include a technical review of the 60 percent and 90 percent review documents. B. Plans and Specifications 1. The Engineer will prepare complete contract documents (plans and specifications) for use in bidding and constructing the work associated with the improvements project. The design will include, but not necessarily be limited to: ■ Site Work for the Ground Storage Tank Area ■ Yard piping in the Ground Storage Tank Area ■ Flow Metering and Level Monitoring as Required at the Ground Storage Tank ■ Design of the Ground Storage Tank ■ Electrical and Instrumentation ■ Cathodic Protection (if required) 2. Engineer will provide CITY with five (5) sets of half-size review documents at the 60 percent design completion and five (5) sets of full-size review documents and specifications at the 90 percent design completion. The 60 and 90 percent reviews will be performed on a single design package. The packages will be split following 90 percent. 3. Engineer will meet all requirements for notification and submission to the TCEQ for review/approval of documents. C. Cost Estimate 1. Engineer will prepare opinions of probable cost for the construction of the improvements at the 60 percent design completion stage and when final contract documents are completed. D. Bidding 1. Engineer will attend the pre-bid conference for the construction project and answer, by written addenda, contractors and supplier's functional and technical questions during the bidding phase. EA2-2 2002113 SUP-SCOPE EX-A-2 03-0728 BSD.doc 2. Engineer will provide clarifications and answer questions from prospective bidders and vendors during the bidding phase. If necessary, such clarifications will be included in the addenda. 3. Engineer will review the bids for the Ground Storage Tank and associated facilities and provide a recommendation for award. Task 3 Design Services During Construction Design services during construction will be performed for two construction packages. The following subtasks pertain to each of two packages A. General 1. Engineer will attend monthly construction progress meetings. Up to 12 total meetings will be attended for each construction package. 2. Engineer will make periodic visits to the project site to observe the progress and quality of the various aspects of the contractors' work. Engineer will participate in substantial completion and final completion walkthroughs. 3. Engineer will perform project management duties similar to those in the previous phases, throughout construction. B. Submittal Review 1. Engineer will perform technical and functional reviews of all shop drawings and submittals. 2. Engineer will respond to all contractor requests for information (RFI). 3. Engineer will review and comment on all Change Order (CO) requests and initiate CO requests when appropriate. 4. Engineer will log-in, track, and distribute submittals to the various disciplines and subconsultants. C. Record Drawings 1. Engineer will prepare Record Drawings using Contractor's "As-Built" plans as a basis for making changes. The Record Drawings will be produced in AutoCAD format. EA2-3 2002113 SUP-SCOPE EX-A-2 03-0726 BSD.doc 2. The AutoCAD files for the Record Drawings will be delivered to CITY staff on computer diskette. In addition, one set of mylar reproducible drawings will be provided. Task 4 Resident Project Representative Engineer shall provide a part-time resident project representative (RPR) for the duration of the construction of the ground storage tank and associated facilities (site preparation, yard piping, controls, etc.). The time period for resident project representative shall not exceed 9 months. The duties and responsibilities of the RPR are included in Appendix B to this agreement. Task 5 Additional Services The following additional services will be performed. Geotechnical Investigation — Conduct a geotechnical investigation of the proposed tank site. EA2-4 2002113 SUP-SCOPE EX-A-2 03-0728 BSD.doc ATTACHMENT "B" COMPENSATION AND SCHEDULE Water Main Extension to serve Walsh Ranch, Phase I D.O.E. No. 4158 Water Project No. PW77-060770140580 I. Compensation A. The Engineer shall be compensated a total lump sum fee of $965,406.95. Payment of the total lump sum fee shall be considered full compensation for the services described in Attachment "A" for all labor materials, supplies, and equipment necessary to complete the project. B. The Engineer shall be paid in partial payments as described in Exhibit "B-1" upon receipt of individual invoices from the Engineer. In this regard the Engineer shall submit invoices for partial payments as described in Exhibit "13-1", Section 1 - Method of Payment. II. Schedule Design services for this project shall be completed 345 days after the "Notice to Proceed" letter is issued. AB - 1 200 2113COMP-SCHED-ATT-B 03-0729 BSD.doc EXHIBIT "13-1" METHOD OF PAYMENT (SUPPLEMENT TO ATTACHMENT "B") COMPENSATION Water Main Extension to serve Walsh Ranch, Phase I D.O.E. No. 4158 Water Project No. PW77-060770140580 Method of Payment Partial payment shall be made monthly upon City's approval of an invoice from the ENGINEER outlining the estimated current percent complete of the total project. The aggregate of such monthly partial fee payments shall not exceed the following: Until satisfactory completion of the Concept Design, a sum not to exceed 40 percent of the maximum fee. Until satisfactory completion of the Preliminary Plans, a sum not to exceed 75 percent of the maximum fee, less pervious payments. Until satisfactory completion of Phase 3, Final Design Plans and Specifications, a sum not to exceed 90 percent of the maximum fee, less previous payments. The balance of the earnings, less previous payments, shall be payable after Bid opening for the Project has been conducted. EB - 1 2002113 COMP-SCHED-ATT-B 03-0729 BSD.doc EXHIBIT "B-2" HOURLY RATE SCHEDULE (SUPPLEMENT TO ATTACHMENT "B") COMPENSATION AND SCHEDULE Water Main Extension to serve Walsh Ranch, Phase I D.O.E. No. 4158 Water Project No. PW77-060770140580 Employee Classification Rate/Hour (or Range) Principal $100-$120 Project Manager/Planner $85-$120 RPLS $65-$100 Design Engineer $70-$100 Designer/CAD Operator $55-$80 Survey Technician $40-$60 Draftsman $40-$70 Clerical $45-$60 Survey Crew $70-$110 Reimbursables Cost + 10% Mileage $0.36 Per Mile Reproduction work will be at current commercial rate. Subcontractors will be paid for at actual invoice cost plus ten percent (10%). EB - 2 2002113 COMP-SCHED-ATT-B 03-0729 BSD.doc EXHIBIT "B-3A" SUMMARY OF TOTAL PROJECT FEES (SUPPLEMENT TO ATTACHMENT B) Water Main Extension to serve Walsh Ranch, Phase I D.O.E. No. 4158 Water Project No. PW77-060770140580 Phase Scope of Services Tier Fee % Design Services Water Design $965,406.95 Proposed M/WBE Sub- Fee % Consultants Services Gorrondona & Associates, Inc. Survey 1 $113,000.00 12% James Daniels & Associates, Easement Acquisition 1 $30,500.00 3% Inc. ANA Consultants Engineering 2 $90,000.00 9% Mas-Tek Engineering & Geotechnical 2 $ 15,000.00 2% Associates, Inc. Total M/WBE Sub-Consultants $248,500.00 26% City M/WBE Participation goal 24% EB -3A - 1 2002113 COMP-SCHED-ATT-B 03-0729 BSD.doc EXHIBIT "B-3A" SUMMARY OF TOTAL PROJECT FEES Proposed Non-M/WBE Sub- Consultants Services Fee % Camper Dresser & McKee, Inc. ° � Mr. Richard W. Sawye, P.E., VP Water Tank $184,829.00 19/o 801 Cherry Street, Unit 21, #2340 Design Fort Worth, TX 76102 Phone: (817) 332-8727 E-mail: saweyrw@CDM.com CMJ Engineering, Inc. Mr. Charles M. Jackson, P.E. Geotechnical $42,400.00 4% President 7636 Pebble Drive Fort Worth, TX 76118 Phone: (817) 284-9400 E-mail: cjackson@cmjengr.com Corrpro Companies, Inc. Corrosivity Study $18,680.00 2% Mr. Ken Evans, Asst. Eng. Mgr. and Cathodic 7000 B Hollister protection Houston, TX 77040 Phone: (713) 460-6000 Email: kevans@ cor ro.com Reed Engineering Wetlands $6,500.00 1% Mr. David L. Stelly, Environmental Delineation and Scientist Nation 12 2424 Stutz Drive, Suite 400 Permitting Dallas, TX 75235 Phone: (214) 350-5600 Email: dstelly@reed-engineering.com A R Consultants, Inc. Archaeological $12,800.00 1% Mr. Jesse Todd, MS, MA, Research Archeologist P.O. Box 820727 Dallas, TX 75382-0727 Phone: (214) 368-0478 E-mail: arcdigs@aol.com Contractor D-holes Engineering $8,000.00 1% Circle C Construction Mr. William J. Schultz President P.O. Box 40328 Fort Worth, Texas 76140 Phone: (817) 293-1863 Email: circlecl@msn.com Total Non-M/WBE Sub-Consultants $273,209.00 28% EB -3A- 2 2002113 COMP-SCHED-ATT-B 03-0729 BS D.doc EXHIBIT "13-313" FEE SUMMARY (SUPPLEMENT TO ATTACHMENT "B") Water Main Extension to serve Walsh Ranch, Phase I D.O.E. No. 4158 Water Project No. PW77-060770140580 BASIC SERVICES = Curve "B" 5.3% (0.053 x $ 5,841,000.00) (0.85) Basic Services Fee = $ 263,137.05 TOTAL BASIC SERVICES = $ 263,137.05 TOTAL SPECIAL SERVICES = $ 702,269.90 GRAND TOTAL = $ 965,406.95 EB-3B 2002113 COMP-SCHED-ATT-B 03-0729 BSD.doc EXHIBIT "B-3C" BREAKDOWN OF SPECIAL SERVICES (SUPPLEMENT TO ATTACHMENT "B") Water Main Extension to serve Walsh Ranch, Phase I D.O.E. No. 4158 Water Project No. PW77-060770140580 Special Services 1. Additional Engineering Services = $ 61,200.00 See scope of services description in Exhibit "A-1", Part A • Coordination meetings (up to four) $ 1,600.00 • Common Coordinate system $ 1,000.00 • Water line sizing review $ 4,000.00 • Ground Storage Tank $ 6,000.00 • Road Alignment $ 12,000.00 • Site Visits (up to three) $ 3,600.00 • Additional design for 5 highway crossings $ 33,000.00 2. Ground Storage Tank & Site Design = $ 289,829.00 See scope of services description in Exhibit "A-2" • Preliminary Design $ 20,809.00 • Final Design $ 107,042.00 • Design Services During Construction $ 34,511.00 • Resident Project Representative $ 22,466.00 • Additional Services $ 105,000.00 3. Design Survey & Easement Document Preparation = $ 113,000.00 See scope of services description in Exhibit "A-1", Part B, Section 2.i. • Horizontal &Vertical Control $ 15,000.00 • Easement Preparation & Platting Services $ 28,000.00 • Centerline Location $ 10,000.00 • Bore Holes & De-Holes $ 12,000.00 • Topographic Survey $ 30,000.00 • Deliverables $ 18,000.00 4. Easement Acquisition = $ 30,500.00 See scope of services description in Exhibit "A-1", Part B, Section 3.j. • Appraisal / Market Study 4 parcels @ $4,250.00 = $ 17,000.00 • Appraisals 4 parcels @ $2,750.00 = $ 11,000.00 • Condemnation Assistance 4 parcels @ $375.00 = $ 1,500.00 (approximately 3 hours) • Release Temp. Const. Easements 4 parcels @ $250.00 = $ 1,000.00 5. Geotechnical Services = $ 42,400.00 See scope of services description in Exhibit "A-1", Part B, Section 3.i. • Subsurface Exploration $ 26,555.00 • Laboratory Services $ 5,770.00 • Engineering Services $ 10,075.00 EB-3C-1 2002113 COMP-SCHED-ATT-B 03-0729 BSDAoc EXHIBIT "B-3C" BREAKDOWN OF SPECIAL SERVICES 6. Cathodic Protection Design = $ 18,680.00 See scope of services description in Exhibit "A-1", Part B, Section 3.k. • Document Review and Project Management $ 550.00 • Field Survey $ 8,375.00 • Data Analysis and lab Work $ 2,360.00 • Corrosion Protection Design $ 2,595.00 • Construction Support $ 4,800.00 7. Archaeological Survey = $ 12,800.00 See scope of services description in Exhibit "A-1", Part B, Section 3.m. • Archaeological survey permit $ 100.00 • Cultural resources record search $ 80.00 • Ground survey $ 10,500.00 • Artifact analysis $ 910.00 • Written report $ 560.00 • Report submittal $ 650.00 8. Corps of Engineers Section 404 Permit = $ 6,500.00 See scope of services description in Exhibit "A-1", Part B, Section 3.1. • Field Services $ 1,500.00 • Engineering Analysis & Report $ 5,000.00 9. Contractor D-holes = $ 8,000.00 See scope of services description in Exhibit "A-1", Part A, Section 3 10. Permits = $ 11,000.00 Texas Department of Transportation TROE's and Construction Utility Permits (up to 5) Corps of Engineers Construction Permit (up to 3) 11. Temporary Right of Entries = $ 1,500.00 Parcels (up to 5) 12. Storm Water Pollution Prevention Plans = $ 4,000.00 See scope of services description in Exhibit "A-1", Part A, Section 3.n. 13. City Coordination Meetings = $ 3,600.00 Meetings (up to 9) 14. Reproduction = $ 17,490.00 See scope of services description in Exhibit "B-3D" 15. Subconsultant Coordination (10%) = $ 52,170.90 EB-3C-2 2002113—COMP-SC HE D-AT-r-B03-0729 BSD.doc EXHIBIT "B-3C" BREAKDOWN OF SPECIAL SERVICES 16, Pre-Construction Services = $ 13,600.00 See scope of services description in Exhibit "A-1", Part C • Bid Assistance (up to three) $ 3,000.00 • Pre-Con meeting (up to three) $ 1,200.00 • Public meeting (one) $ 1,000.00 • Old Weatherford Rd Neighborhood Assoc. Coord. $ 5,000.00 • Final inspection (up to three) $ 1,800.00 • Condemnation Assistance (up to four) $ 1,600.00 17. Construction Assistance = $ 8,000.00 • Shop drawing review (up to 40 hours review time) $ 4,000.00 • Site observations (up to 10) $ 4,000.00 18. Record Drawings = $ 8,000.00 See scope of services description in Exhibit "A-1", Part D EB-3C-3 2002113_C 0 M P-SC H ED-ATT-B03-0729 BSD.doc EXHIBIT "B-3D" FEE FOR REPRODUCTION SERVICES (SUPPLEMENT TO ATTACHMENT "B") Water Main Extension to serve Walsh Ranch, Phase I D.O.E. No. 4158 Water Project No. PW77-060770140580 1. Concept 2 sets of plans ($2.00/sheet x 105 sheets/set) $ 420.00 2. Preliminary Design 2 Sets of specs ($0.20/page x 300 pages/report) $ 120.00 15 sets of plans ($2.00/sheet x 105 sheets/set) $ 3,150.00 3. Final Design 3 sets of specs ($0.20/page x 300 pages/report) $ 180.00 2 sets of plans ($2.00/sheet x 105 sheets/set) $ 420.00 4. Bid Advertisement 45 sets of specs ($0.20/page x 300 pages/report) $ 2,700.00 45 sets of plans ($2.00/sheet x 105 sheets/set) $ 9,450.00 5. Final Mylars 1 set of plans ($5.00/sheet x 105 sheets/set) $ 525.00 6. Miscellaneous Reproduction 10 1/z size sets of plans ($.50/sheet x 105 sheets/set) $ 525.00 SUB-TOTAL $ 17,490.00 EB-3D 2002113_C OM P-SC HE D-ATT-B03-0729 BSD.doc 0 0 0 0 0 0 0 0 00000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 J (O O O O O (O O N < — — V (O N C,5 07 r 0 CV) co F- 69 69 EA fA 69 E9 69 N4 O O O O Cn O O O O _ O O O O (O O O N O U N "' O �- 69. 69 69 E9 69 69 69 U j to N O O CD 'IT O L m O O O O O w L O O O O O ° C a 0 0 0 0 O fl C O O O O O N V co (Co (O (O to O (n off d o Lo 'V .° - - M M Q p c C p U 69 69 69 E9 69 E9 69 Ec O r- �- y 00 O O O O Y 0 p - N N 'q 00 (� WC LD Q L C c m Z ° 0 0 0 0 0 0 0 C M N Z a x 0 0 0 0 0 0 ° w U. o W o 0 0 0 0 0 0 0 ° ° m c ., ,, (ov v0o (fl (n O -0 xv) cD ? ° � N 'gCOMr- U cis w W io o o U ° _ m ami c O C E9 69 69 69 fffl ER 69 C C xd W (O V N CD CD V 00 MLO 0� m W d 0.� C w o (- _ R d -C O N LL � ¢ O .6 LL c U 3 O d O U N L O � O N C V o-N N � T ' cn C .T Y Y C O N •4) E N (Q N ClLoCP m 43 E I (/) ._0 U O 0 C _ O C N _ C C O — -p Q N -O (S3 ch Q E C 'p > :O J 7OI W �pUU � C� 0cr� Q0 L X W th N O O N tD O_ VCD V.- N,0M0,I0) O M00 MV:O (D N • OO 0) OOa0M (M t0 O O cc 69 0) C14 O V (pM O 00r, O V M M (,.)Ip' r M'N Qj CD:� IM'(D NII NIN ��� r 'O 00 F- (�69 691691 Es w (4�Q4 164 E»w 6911 Z w w 69 w 61,1643,w w w � I U 0o00'0001 0000'00 00 ton 69 O ',2 O�O (n O•tO .O O p,0 000 LO H p �'u1 p N O 69 69'69 691 fA r'- , EA MM 6q,6q!N�W w, 414, 69'w w l I I •000 O O O; O 0010 ',O O O w w w w L61 L6 Ltri tri � 0 0 ww'w w w I i LN N W �� Ln W'M ao'�I, O O r I r N I g)L 00 00 �� Oil IN toNIN', O O N a) M � I N ao N N,(0'(0 (D 0' N O 01" O (D O O'1 (0,0' r M M V —,V q:to O , O W N q,L V VI V r 0,N � CD 7 �'� V to O co 'O N r N N N w (CD to V V co, IO O O O'V N (D V V !O O n (A L N V N N,N N W M m w 10O L V N N WAV M L M O O M N T I�IN (DEW: O' O r 04 ( r t•7 a O ' N L N (D c0 co (D t0'7 N 100 N i i O O co 0 I I I I I m > o C W U d Q) �9 V N C N C C C O 0 = N L y C, y O > a0 cc O C N O, C ,Z I � 3 g w Q)cn CL ° 06 cmi 0 m 0 y' ° �' >Ilin a C N t00 C, L Q. O C I f0 W' � (9 m H Fm- y O CLQ) .0 Q1 .U NIC Co O C o of wj C 0 `7 N ' N0) C 7 C oa, o 0 ° e E E c N o « d m ta) a) a) N d cM ICIIm . y a) co Z y N N Q) w C m C N y N 3 y V,,� V a) g O K to m 1> C a 0) c m Q) (�' m m m 0 (i,v -o _ f),U- LUt) C a) C a) t7 O C d O w U 0110,w o CI Q �i c Q Q) .3 O .0 (i a .o y m o Z',c, °o a, m (n',6I m m a) m m a'm m m = C7 o m ._ mac- o m m w o E y p.- c C LIO c H d z C N U d C (q!� m C a c'c 'p'm m'�, n o,«', c m z o t.4 yl 13,0 13 LL ui E Y Y ?I.�'� aUi a, (n w c'«jw'a, E off« ° v «'= Q,C -0 « c m .2I r m C c,m - - -a'1° c c'� ,, ala 'w c n ��a y''.y a v o > n a m O o K a) m 0 m `7 m m > N N O = C N m N p ;0 = m a) = a)l= m l a) 7 'O a) m a) = U LU LL 3 0 3 a,H•HIw mIm m w w 0 a w U m v)0 0 w �iN m m (n�Q C�;mlm (D IN z - Q m'UI0'W LL IQ CO U'I0 W = Q m U >'Q ',>•Qlm•U o N 0 EXHIBIT"134" CONCEPTUAL OPINION OF POSSIBLE CONSTRUCTION COSTS Water Main Extension to serve Walsh Ranch,Phase I D.O.E. No.4158 Water Project No. PW77-060770140580 ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY Total Price TOTAL 1 30"WATER PIPE LF $ 110.00 30500 $ 3,355,000.00 2 30"WATER PIPE (BY OTHER THAN OPEN CUT) LF $ 475.00 500 $ 237,500.00 3 30" RESILIENT WEDGE GATE VALVE AND VAULT EA $ 37,500.00 27 $ 1,012,500.00 4 COMBINATION AIR&VACUUM RELEASE VALVE EA $ 10,000.00 18 $ 180,000.00 5 BLOW OFF VALVE EA $ 5,000.00 12 $ 60,000.00 6 FITTINGS TN $ 3,000.00 155 $ 465,000.00 SUBTOTAL $ 5,310,000.00 10% CONTINGENCY $ 531,000.00 TOTAL $ 5,841,000.00 ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY Total Price TOTAL 1 5 MG PRECAST STORAGE TANK LS $ 1,210,000.00 1 $ 1,210,000.00 2 YARD PIPING AND VALVES LS $ 130,000.00 1 $ 130,000.00 3 EXCAVATION LS $ 50,000.00 1 $ 50,000.00 4 SELECT BACKFILL LS $ 300,000.00 1 $ 300,000.00 5 CONCRETE PAVING LS $ 40,000.00 1 $ 40,000.00 6 SITE WORK—CLEARING, GRUBBING, FINAL LS $ 80,000.00 1 $ 80,000.00 GRADING, LANDSCAPING, HYDROMULCH 7 ELECTRICAL LS $ 20,000.00 1 $ 20,000.00 8 SCADA LS $ 50,000.00 1 $ 50,000.00 9 FENCING LS $ 20,000.00 1 $ 20,000.00 SUBTOTAL $ 1,900,000.00 20% CONTINGENCY $ 380,000.00 TOTAL $ 2,280,000.00 2002113 Schub 03-0728—As ATTACHMENT "C" AMENDMENTS TO STANDARD CONTRACT AND GENERAL SCOPE OF SERVICES None C-1 2002113 COMP-SCHED-ATT-B 03-0729 BSD.doc o ,?� ougpee4 uoipnnsuoo Va3-9ooZ 9 6eW o � 0 N Q N m ^ ON ¢ N ¢ ids r_ V N C U O /1) Z °i ewlpesp u61sea y43 400E 9 AoN 0 O m a w o E a m rn o Q � 61 w e 0 0 N y c e R � a ro t N a' o c m r r V T f f � O t r N O 3v00iq r O o 0 ttooZa ` w LLI C F c O Z N O 15 d m ° C .O LL P x EL 4 C d C C N m O G ami � 3 0 s 0 > Z Z 0 o 0 0 y N j h !n Q N CJ N O O N h O Q a 9 a � �o m c N c uonnoax3 V43 £ooZ 9 6eW o+ c_ c a w m ` 0 om a o c c 3 a r3 C c m> m c ° 'H m T c U v m Vi E Of m E E IN d w m V 9 D c O Q Q J Q U (D Q U IL U Q Q e C O i - 3 12 yE't :3 3 � U I�Q L N � N U) l9 L _ a 0 u 0 c � z p � L r W in cl0 = /9 a0 U 3Lnq ❑ a 1� C fn fn fn fn En �. T T (n fn fn (n to j, m O :3 O o n o 0 0 O O o O O O o _ O W p D Cl) M T Cl) M M M M M Cl) � Z W W N ❑ d W a� � � x a a W a y N C M O O ClO O O O O O p 0 O O O Cl) co M MO Cl) M Cl) Cl) V V V V q V O p O O O O O O p O O p O c j 01 Q > V Q N = 7 m c =O 'En m o ao c of 0) U) 3 zn = 3 3 U o - d a� O N N > C N ,O > O > n O L d .T C .T. (U C ¢ ¢ U U) a W Q U LL U ¢ ¢ U ATTACHMENT E Water Main Extension to serve Walsh Ranch, Phase I D.O.E. No. 4158 Water Project No. PW77-060770140580 CouncilA, District 3 and/or 7 after annexation is complete 0 MAPSCO 57 X,W ; 711 Z ; 761 D,H,M,R,Q,P,J ; 760 M,R LEGEND "°°° `°°° °°°° — — — — — EXISTING LINE SCALE 1"-4000 nuNAWAx wRSOCIATM nvc PROPOSED LINE f1 r- r–- wrntes— i Rd ��\ � 30"WATER I DESIGN COMPLETE L _ I � i esoolnt MARYSBo(Aev ' CREEK d LITTLE 30„ - MARYS f i I CREEK E)dSTING 4 i WES LAND d GROUND Weare STORAGE - - --- 040 TANK PATTERSON CL CREEK PHASEI 4. WATER c f d LIMITS OF A WALSH RANCH PHASE 'w4l,,WESTSIDE IV Interstate Highway 30 ' GROUND -- ' STORAGE I 1611 c � OVERLOOK = =, INTERCHANG City of Fort Worth, Texas Mayor and Council C Dmmunication DATE REFERENCE NUMBER LOG NAME PAGE 8/12/03 **C-19701 30WALSH 1 of 2 SUBJECT ENGINEERING AGREEMENT WITH DUNAWAY ASSOCIATES, INC., FOR WALSH RANCH WATER MAIN EXTENSION, PHASE I RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Dunaway Associates, Inc., in the amount of$965,406.95 for the design of Walsh Ranch Water Main Extension, Phase I. DISCUSSION: On April 29, 2003 (M&C C-19566), the City Council authorized the City Manager to execute an Economic Development Agreement for Walsh Ranch with Walsh Ranches Limited Partnership, H. Howard Walsh, Jr. and various Walsh family trusts (Walsh parties). The agreement includes terms of design and construction of water and wastewater infrastructure to serve the property and requires the City to design and construct Phase I water facilities, and the phases of wastewater facilities within approximately 36 months after execution of the agreement. The Walsh parties may terminate the agreement, if the City does not appropriate funds for the design of such infrastructure by September 1, 2003. Thereafter, subsequent City obligations will be dependent on construction of facilities by the Walsh parties and will be constructed as warranted as the property is developed. The project includes the design and survey of approximately 31,000 feet of 30 and 24-inch water line and the design of a ground storage water reservoir. The project extends from the end of the Westside IV transmission main at the west Tarrant County line to the future site of the ground storage water reservoir to be located near the intersection of 1-20 and FM 1187 on the Walsh Ranch development. The location of the project is shown on the attached location map. The City received 15 proposals from local engineering firms, in response to a request for proposals for the design of this project. A selection committee comprised of Water and Engineering Department staff reviewed the proposals and considers Dunaway Associates, Inc. to be the most qualified for the design of this particular project. Dunaway Associates, Inc. proposes to perform the design work for a lump sum fee of $965,406.95. Staff considers this fee to be fair and reasonable for the scope of services proposed. Dunaway Associates, Inc. is in compliance with the City's MA1/1BE Ordinance by committing to 26% M/WBE participation. The City's goal on this project is 24%. In addition to the contract amount, $20,000.00 is required for project management by the Engineering Department. The project will be located in COUNCIL DISTRICTS 3 and 7, pending the completed annexation for the City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 8/12/03 **C-19701 30WALSH 2 of 2 SUBJECT ENGINEERING AGREEMENT WITH DUNAWAY ASSOCIATES, INC., FOR WALSH RANCH WATER MAIN EXTENSION, PHASE I project, Mapsco 57W and X; 71 Z; 76D, H, J, M, N, P, Q, and R; and 760 M and R. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Commercial Paper-Water Fund. MO:r Submitted for City Manager's FUND I ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Marc Ott 8476 Originating Department Head: Douglas Rademaker 6157 (from) APPROVED 08/12/03 3) PW77 531200 060770140580 $965,406.95 Additional Information Contact: Douglas Rademaker 6157