Loading...
HomeMy WebLinkAboutContract 26599 CITY SECRETARY,)��-q lj CONTRACT NO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and, Dunaway Associates, Inc. (the "ENGINEER"), for a PROJECT generally described as 1) a condition assessment of M-1-1-1, 2 drainage area evaluation, and 3) recommendation of future improvements. 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) Monthly invoices will be issued by the ENGINEER 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 seven (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 of services. LOI(pp��8��AI F CRIB (CU U f t,E� P MI 1 of 13 H:\WP\Job3t2000\20001811200018100_EnginContract-01-01 12_BSD.doc Article IV Obligations of the Engineer A. General The ENGINEER will serve as the CITY'S professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The 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. 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 anv health or safety precautions required by such construction work. The ENG 4EER an"s 2 of 13 C 77V��S�GU�ISu (wUsfU HAWPWobs1200022000181\200018100_EnginContract_01-0112_BSD.doc 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 which are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident(or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim/annual aggregate (2) Certificates of insurance evidencing that 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 documentthat insurance coverages specified according to items section K. (1) and K. (2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty(30)days notice of cancellation, non-renewal or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of nonpayment 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 may be acceptable to the CITY at its sole discretion; and, in lieu of traditional insurance,any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedica nancial 5 of 13 G,'f HAWpUobs12000\2000181\200018100 EnginContract_01-0112_BSD.doc 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. (1) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless such are approved by the CITY. (j) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by 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 insurance coverage is maintained by Subconsultants, 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 relationship with abutting property cities.The Engineer further acknowledges that it will make disclosure in writing of any conflicts of interest which develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos Or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected,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. 6 of 137�UnUf�'r'f�� �a U111 H:\WPUobs=00\2000181\200018100_EnginContract_01-0112_BSD.doc UU Ov G`Jll � I( p uVo 0. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which 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 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 necessaryforthe ENGINEER'S services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER'S studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment B. 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. 7 of 13 �� NU RECOED H:\WPWobs\2000\2000181\200018100_EnginContract_01-0112 BSD.doc IN u LUo C'�' �IIUIY�U 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." (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 Article V.H.shall be construed as a waiver of any rightthe CITY has to bring a claim against ENGINEER. I. CITY'S Insurance (1) The CITY may maintain property insurance on certain preexisting 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. L�J^)FF IC-, iL PE(C-10PD 8 of 13 HAWPUobs1200012000181\200018100_EnglnContract_01-0112_BSD.dcc nnr Jl� o nye,. (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 A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will beat 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: 9 of 13 rpG°` ��SJ�1� H:`WP\,Jobs\2000\2000181\200018100_EnglnContract_01-0112_BSD.doc CT r��u ER4 \7 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 documentthe 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. 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 will assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties means the CITY and the ENGINEER,and their officers, employees, agents, and subcontractors. 10 of 13 H:\WPUobs�2000�2000181\200018100 EnginContract_01-0112_BSD.doc 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 $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 attorney'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 parry 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. r -C- 11 of 13 H:\W P\Jobs\2000\2000181\200018100_Eng in Contract_01-01 12_BS D.doc 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 A- Scope of Services Attachment B - Compensation EST: CITY.a0l W T loria Pearso By: Mike Groomer City Secreta Assistant City Manager APP ED: Dale Fisseler Director, Water Department APPROVED AS TO FORM AND LEGALITY DUNAWAY ASSOCIATES, INC. Engineer lJ--1-001 000-17 TA hm 1! AssiNaQLMity Attorney By: _ n-P-Lss- E. DeOtte, P ., Vice President contract Authori zation Date 12 of 13 HAWPUobs\20=2000181\200018100_EnginContract 01-0112 BSD.doc 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 facili- ties/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. el EEMD NIT c��f PRAVIn� 13 of 13 (r�, J1:�`_'8Wo Va, H:\WP\Jobs\2000\2000181\200018100_EnglnContract_01-0112 BSD.doc EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") SANITARY SEWER MAIN M-1-1-1 CONDITION ASSESSMENT& DRAINAGE AREA EVALUATION STUDY PROJECT NO. PS170-070170410020 PHASE I -SANITARY SEWER EVALUATION SURVEY (SSSS) In order to evaluate and identify any localized problems, an evaluation of the M-1-1-1 sewer main service area will be performed. This will include: 1) a condition assessment of M-1-1-1, 2) drainage area evaluation, and 3) recommendation of future improvements. The evaluation will include Basins I, 11,and III, as shown on the map attached hereto and made part of this agreement. The activities to be performed in each area are as follows: Drive Dyed Review 100 Percent Through Manhole Smoke Water Maintenance Basin Clean &TV Survey Inspection Testing Testing/Tracing Records I X X 1 2 X 11 X X 1 2 X III 3 X 3 3 3 X X Indicates activities will be performed. 1 Topside manhole inspection. 2 Assumed that 15 percent of the sewer lines will require smoke testing. Only sewer lines that appear structurally sound during the television inspection activities will be smoke tested. 3. Only the sewer lines that are required to remain in service based on the drive through survey will be inspected. All inspection and work in the field to be performed on this project shall comply with OSHA requirements and regulations. Sanitary sewer cleaning and television inspection shall be conducted to comply with the City of Fort Worth Special Condition that is part of this agreement as Attachment "D". Internal television procedures shall be conducted to comply with the guidelines that are part of this agreement as Attachment "E". Flow monitoring will also be performed at seven (7) locations to determine dry and wet weather flow. In addition rerouting options for the M-1-1-1 sewer and existing sewers that connect to the M-1-1-1 sewer will be evaluated. Odor problems near Pitney Bowes will also be investigated. The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT A. Upon receipt of notice-to-proceed, the ENGINEER will perform the following tasks: PART A- CHARACTERIZATION OF 1/1 1. Administration The ENGINEER shall meet with the CITY to review the proposed schedule for all phases and work activities of the project. In addition, reviews will be made of the field data to be collected, notification procedures,reporting procedures, public relations program,assistance from the CITY, and final deliverables. The ENGINEER shall make available the equipment to be the used in the physical inspection prior to commencing of work for approval by the CITY. A-1-1 HAW P\Jobs\2000\2000181\200018100_EnginCcntract_01-01 12_BSD.doc 2. Site Assessment A site assessment of the drainage area in M-1-1-1 (herein referred to as the "Study Area") will be made to determine, in general, the most suitable flow monitoring and rain gauge locations based on the following conditions: Suitability for Accurate Metering—The accuracy of the open channel flow metering will depend on numerous variables and it is imperative that they be controlled as much as possible. For this reason, the reconnaissance inspections will be performed to identify the best sites for metering and to minimize such error-causing factors as changes in pipe alignment and size, interruption of channel flow by side inlets and turbulence caused by uneven channels. Safety—It is equally important that the proposed sites conform to the ENGINEER'S requirements for safe operating conditions. If the site falls outside of these requirements, alternate sites that are suitable based on safety requirements will be selected upon further consultation with the CITY. 3. Flow Monitoring The ENGINEER will install seven (7) continuously recording electronic depth and velocity flow meters at key monitoring sites determined from Task A.2. The meters shall be American Sigma Model 910 or Model 950 AV, or approved equal. The flow meters will be tailored to the characteristics of each manhole. The devices will be set to record data at five minute intervals. The flow meters will remain installed, operating, and recording properly (90% up time defined as no malfunction due to wastewater affecting the meter or sensor)for a total of 60 consecutive days, plus 15 additional days if needed and approved by the CITY,beginning in the spring months of 2001 weather permitting. Upon completion of the base period, the ENGINEER will remove the meters unless the CITY recommends and approves keeping them in place. Justification for extended metering will be due to insufficient dry and wet periods. A minimum of 6 rainfall events will be used as a criteria for removing the meters during the monitoring period. Compensation for additional flow monitoring will be at the unit price included in Exhibit B-3 of this Agreement. The ENGINEER will adhere to a minimum once-weekly meter maintenance program. These inspections will include a check to determine that the meter is functioning property,a transfer of the computerized data,a check of the recording depth and velocity accurately. During the course of the metering, calibration of the meter site will be performed over the range of anticipated flows. The resultant analysis will be used to quantify 1/I. The ENGINEER will review and submit to the CITY weekly meter results. 4. Rainfall Monitoring The ENGINEER will also locate and install two (2) continuously recording rainfall gauges during the same 60-day base period (extended an additional 15 days if needed). The gauges will be an electronic type, recording rainfall in one-hundredths of an inch increments. The instruments will be checked and downloaded weekly. Data collected from each rain A-1-2 HAWPWobs=00=00181\200018100_EnginContract01-0112_BSD.doc gauge will be analyzed to correlate peak system flows and rainfall intensity as further discussed in this section. 5. Flow Data Analysis a. The ENGINEER will not provide an interim flow monitoring report. b. Results of the flow monitoring program will be evaluated as follows: Base flow, infiltration (groundwater-induced) and inflow (rainfall-induced) will be determined for each monitored sub-basin. Relationships between rainfall intensity and peak system flows for each sub-basin under "non-bypassing" conditions and saturated ground conditions will be determined. This is called the"Q vs. I"method of hydraulic analysis and will become the primary method of projecting inflow to the 10- year design storm. System curves will be developed for each sub-basin by comparing maximum rainfall intensity"i"expressed in inches/hour and peak system flow"0"expressed in gallons per day. Rainfall intensity distribution using TP-40 method will be used for sub-basins to develop a model that replicates and characterizes hydraulic behavior to localized rainfall conditions. PART B - SEWER SYSTEM DEFECT IDENTIFICATION ACTIVITIES 1. Administration, Reporting and Meetings ENGINEER shall submit daily field activity reports. Monthly progress reports shall be submitted according to schedules specified by the CITY. The invoice cut-off date shall be the last calendar day of each month for this agreement. A representative of the ENGINEER shall attend and participate in monthly meetings as requested by the CITY. The project schedule shall be developed and maintained in a project scheduling software selected by ENGINEER. The database shall be submitted to CITY along with monthly reports. Work under this paragraph shall also include labor and expenses needed to meet the database shown in the CITY'S SSES Standard Manual. 2. Field Maps (base sheets) A reproducible set of 1"=400'scale "master"base sheets will be developed from the CITY'S existing electronic sewer atlas maps for the Study Area.These base sheets will be used by the ENGINEER to develop the sanitary sewer system in the Study Area. A field set of blueline sheets 1"=400'scale will be used by field personnel and will represent current field conditions based on manhole inspections, visual pipe inspections, smoke testing, dyed- water testing, and television inspections. These maps will become the CITY'S final set of sanitary sewer atlas maps to update the current set. 3. Drive Through Survey A drive through survey will be performed in all three basins. The purpose of the survey will be to determine which sewer lines may be abandoned because of inactive services or abandoned buildings. These sewer lines would then be recommended for no additional investigations. A-1-3 H:\WP\Jobs\2000\2000181\200018100_EnginContract01-0112_BSO.doc 4. Manhole Inspections Inspections of 54 manholes will be conducted by two-person field crews to identify defects that are potential contributors of excess 1/1 to the collection system from manhole structures and to verify sewer line connections and routing. Observed data will be recorded onto the CITY'S standard field forms and input directly into the computer as outlined in the CITY'S SSES Standards Manual. In the event that manholes cannot be located, the ENGINEER shall contact the City.The City will locate and uncover the manholes.The ENGINEER shall then complete his investigation. Attempts will be made to uncover buried manholes for inspection in accordance with the SSES Standards Manual.Strict quality control procedures will be followed to ensure that all data is accurate and precise. All inspections will comply with OSHA regulations for confined space entry. Standard hard copy output reports will be generated for the CITY'S review and records. Also, all electronic data shall be submitted in ASCII file format to the CITY at the completion of the project. Compensation for accessible and inaccessible manhole inspections (complete) shall be at the unit prices included in Exhibit B-3 of this Agreement. In the event that no manhole is found,then no compensation shall be provided. During internal inspection of each manhole (Basin III only), a concurrent visual pipe inspection will be performed on all incoming and outgoing pipes. Results of the visual pipe inspections will be recorded on modified field forms and entered into a computerized database. The output reports will be used, in part,to determine locations of selected follow- up smoke testing and television inspections. The ENGINEER shall comply with weekly, monthly, and final submittals as denoted in the CITY'S SSES Standards Manual. It is anticipated that 147 manholes will require topside inspection and 71 manholes will require internal inspection and visual pipe inspections. 5. Smoke Testing A total of 38,107 feet of sanitary sewers in the Study Area will be tested for 1/1 sources by injecting opaque, non-toxic smoke into the sewer system. The test will be conducted by a three-person field crew. This task will involve coordination of testing and notification of properties in the areas to be tested. Notification will include distribution of door hangers 3-7 days before testing begins. Coordination will be established between the CITY'S Water Department Field Operations Division and Fire Department Central Fire Operations Offices. The coordination will be maintained by the ENGINEER on a daily basis to minimize potential problems. A written log of residents requiring personal notification shall also be maintained by the ENGINEER.The ENGINEER shall provide the CITY'S Water Department with a letter of intent to follow applicable federal, state, and local safety standards for work to be performed. One line segment will be isolated and high-volume (minimum 3,500 cfm) smoke blowers at each manhole will be used to inject one or more 3-minute smoke bombs into the sewer line segment. Identified 1/1 sources will be recorded on field forms and input into the database for further analysis. The CITY'S standard field forms will be used by the ENGINEER to record defects and other information. All detects will be photographed, referenced to at least two permanent points, and logged for future documentation. Drawings will be prepared in the field to ensure that the final defects,scheduled for repair, are presented in a manner that will optimize follow-up design and rehabilitation construction activities.The line segment length A-1-4 H 1W P\Jobs\2000\2000181\200018100_Eng inContract_01-0112_BS D.doc will be field-verified. Structural pipe defects identified due to smoke rising to the ground surface will be located by stationing from the upstream manhole where possible. The ENGINEER will conduct a QA/QC program that meets the criteria listed in the CITY'S SSES Standards Manual. The ENGINEER will incorporate data and information specified in the CITY'S SSES Standards Manual.Weekly, monthly and final reports shall also be submitted by the ENGINEER. Field forms and the electronic media flies in ASCII format shall be delivered to the CITY at the completion of the project. The ENGINEER shall be separately compensated for smoke testing on a unit price basis. For the purpose of the cost estimate it is assumed that 100 percent of Basin III and 15 percent of Basins I and II will require smoke testing. Smoke testing in Basin I and II will only be performed where the television inspection indicates the sewers are structurally sound. Smoke testing will only be conducted on those sewer lines in Basin III that cannot be abandoned based on the drive through survey. 6. Television Inspection It is assumed that 100 percent of the sewers in Basins I and II will be cleaned and internally inspected. Limited inspection will be performed in Basin III. Specialized forms that comply with the database recommended in the CITY'S SSES Standards Manual will be used by the TV crew to record observed defects. A log of all deviations, weekly and monthly reports, QA/QC procedures, and inspection documentation shall be maintained by ENGINEER and their sub-contractor as denoted in the CITY'S SSES Standards Manual. If, during the course of this work, ENGINEER determines that conditions could cause eminent danger or result in significant flow restrictions,the CITY shall be notified immediately and the problem followed up by submittal of an Emergency Action Order. All field forms, videotapes, and electronic media files in ASCII file format shall be delivered at the conclusion of the project. ENGINEER shall be compensated only for the actual footage of sewer line that is cleaned and televised. 7. Normal Cleaning Due to the unidentified nature of the final location of the lines to be cleaned and televised and possibly limiting site conditions, the following conditions are included in the base unit cost for this works: Selected segments may require "normal" sewer cleaning efforts to obtain visually clear results. Normal cleaning shall be defined as no more than three slow cleaning passes with the jet sewer cleaner through the segment being inspected. All line segments will be accessible to conventional jet sewer cleaning equipment. This includes remote set-ups requiring "top-jacking"'cleaning hose less than 50 feet ENGINEER'S subcontractor shall be responsible to locate and use an approved disposal site for all debris removed during cleaning operations. Notification procedures shall comply with those specified in the CITY'S SSES Standards Manual.This shall include both public and Water Department notifications Maximum flow conditions specified in the CITY'S SSES Standards Manual shall be maintained. A-1-5 H:\W P�Jobs\2000\2000181\200018100_Eng in Contract_01-01 12_BSD.doc Traffic control and safety procedures described in the SSES Manual shall be maintained by ENGINEER'S CCTV subcontractor throughout all active phases of this work. Limited access sites will be submitted to the CITY for further consideration. Limited access sites are those in which more than 50 feet of "top-jacking" cleaning hose is required for remote sites or a portable hose reel is required. Heavy cleaning shall include those line segments that require more than three slow passes and/or root removal to obtain a visually clear observation. 8. Bypass Pumping Where flow conditions prevent the Contractor from meeting the CITY'S SSES Standards for television inspection using conventional temporary flow blocking, the ENGINEER'S Contractor shall set up bypass pumping equipment. Bypass pump sites under this contract shall not exceed 3 set-ups at one time. 9. Heavy Cleaning When normal cleaning (three consecutive passes) does not result in clear and visible observations of particular line defects during internal television inspections, ENGINEER shall notify the CITY of follow-up heavy cleaning requirements. Heavy cleaning shall be.defined as that mechanical cleaning work necessary to remove obstructions impeding free passing of the television camera only. Heavy cleaning shall include root removal, bucketing, and removal of solid debris. Compensation for heavy cleaning shall be at the unit prices included in Exhibit B-3 of this agreement. 10. Dyed-Water Testing Public-sector dye testing of up to 4 will be used to pinpoint and quantify a specific 1/1 defect or storm connection. This will be accomplished by flooding a section of storm sewer or drainage ditch with dyed-water during internal CCN inspection of the sanitary sewer line. Dyed water tracing may also performed to verify sewer routing. Information will be recorded on the CITY'S standard field forms conforming to that recommended in the CITY'S SSES Standards Manual.The data will provide the purpose of implementing the CITY'S rehabilitation program described in the final report. Final locations of dye tests will be submitted to the CITY for review and approval. ENGINEER shall obtain an approved water meter from the CITY prior to conducting the dye tests. Water used by ENGINEER in conducting dyed-water testing will be at no cost to ENGINEER, except for the meter deposit. A log of dye test locations and date for each test shall be maintained by ENGINEER. Documentation, including field forms, electronic files, photographs, VHS tapes, and flow estimates shall conform to that outlined in the CITY'S SSES Standards Manual. ENGINEER shall also adhere to the CITY' S QA/OC standard in the same. A-1-6 H:\W P\Jobs=0012000181 W0018100_Eng inContract_01-01 12_BSD.doc 11. Quality Control and Project Administration The ENGINEER shall implement and maintain a rigorous quality control program that at every quantifiable step of the project permits the ENGINEER the ability to measure work,for quantity and quality, to the extent possible at a given point in the project or task. Quality control procedures shall be 'built-in' as appropriate to ensure compliance to established procedures according to the ENGINEER'S practice and methodologies as well as the standards established by the CITY for this type of work. Project Administration shall include all meetings, review sessions and routine inter-office activities directly related to this project. The ENGINEER shall meet with the CITY to review the proposed schedule for all phases and work activities of the project. In addition, reviews will be made of the field data to be collected, notification procedures, report procedures, public relations program, and assistance from the CITY, and final deliverables. Each task requires a unique approach to quality control. The following steps are generic to the overall project. For the project, ENGINEER will develop a plan for each unique task to ensure that quality control is recognized as an important aspect of the project, prior to data collection, during data collection and after data collection in the field. The following steps demonstrate, in general terms, the procedures for quality control and assurance: • Project Manager establishes procedures for project: the project manager will establish a plan for quality control for the project. This plan will reflect the unique nature of this project adapted to show the impact of the City's standards. • Data from existing sources: data from city maintenance records will be integrity checked to correlate to the existing assets (pipes and manholes) in the system. • Newly generated data: data collected, either from the Cleaning and TV work or the field observations of the ENGINEER will be checked frequently, at the source,within 7 days of the date of collection, for errors and omissions. Conformance to the standards will be the guide for checking of field data. The following is a brief outline of the steps in this process: • Contractor or team members collecting data will sign a document that explains our commitment to quality control and our expectation or the data on this project. • Procedures for quality control and methods of collection will be presented to the Project Manager for review and approval. • Field investigations (Clean and TV) work will be review by and Owner's Representative through in-the-field observations and actually checks of fieldwork at or near the time of collection. • In-office quality control checks will be performed daily on collected data and weekly on data collected for the previous week. These checks will be for errors and omissions and quality of content. Final recommendations will undergo a through series of engineering reviews by qualified professional and graduate engineers to ensure compliance with the City standards and normal accepted engineering practice. A-1-7 HAWPWobs12000\2000181\200018100EnginContract_01-0112_BSD.doc PART C - FINAL REPORT 1. Infrastructure Rehabilitation Draft Report The ENGINEER will submit a draft report to the CITY 60 days after approval of Part A, Section 5. The Draft Report will be prepared by the ENGINEER which will outline the following elements: a. Executive Summary - Findings, conclusions, and recommendations in a summary format b. Introduction - Historical background of sanitary sewer system, problem areas, existing conditions, study area characteristics, purpose of study, scope of study, demographic data and forecasts. C. Field Activities - Summary of field activities, including manhole and visual pipe inspection, smoke testing,dyed-water testing and cleaning and television inspection. Result of 1/1 quantification and identified structural rehab needs. d. Engineering Analysis and Recommendation-Summary of recommendations for(1) 1/1 elimination (public and private sectors), (2) structural rehabilitation requirements, (3)work associated with maintenance-related activities that can be accomplished by the CITY, (4) recommendations for cleaning or abandonment of M-1-1-1 siphon under Trinity River, and (5) follow-up implementation schedule in the Final Report. Supplemental recommendations regarding design criteria for future sewer construction. e. Five (5) copies of the draft report will be submitted to the CITY for review and approval.The plan will include several options regarding implementation of the Final Report recommendations, including establishment of priority (i.e. 1/1 elimination vs. structural rehabilitation). 2. Review Meetings ENGINEER will meet with the CITY to review the draft report,discuss the CITY'S comments, questions,and changes,and make the appropriate modifications to the report.A total of two (2) review meetings will be scheduled. 3. Final Report Ten (10) copies of the Final Report will be submitted to the CITY within 30 days of the final review meeting. 4. Deliverables Field inspection and testing data, and other key data and calculations compiled during the study will be assembled in hard copy form. An annotated index describing the organization, contents and uses of each of the data files will be prepared. Two (2) copies of the Support Data will be supplied to the CITY. ENGINEER will retain a complete copy of the Support Data to enhance its ability to respond to future questions regarding the study and follow-up rehabilitation implementation. All electronic data files in ASCII file format, as described herein, shall be provided to the CITY on PC-DOS compatible 3.5-inch high-density floppy diskettes. A-1-8 H:\WP\Jobs\2000\2000181\200018100_EnginContract01-0112 BSD.doc ATTACHMENT "B" COMPENSATION AND SCHEDULE SANITARY SEWER MAIN M-1-1-1 CONDITION ASSESSMENT& DRAINAGE AREA EVALUATION STUDY PROJECT NO. PS170-070170410020 COMPENSATION A. Payment for services will be computed on the basis of Salary Costs times a multiplier of - 3.25 to determine the payment due for services. The multiplier is a factor which compensates ENGINEER for fringe benefits, overhead, and profit. B. Payments shall also include Direct Non-Labor Expenses which, in general, included expenses for supplies,transportation, equipment,travel, communication,subsistence and lodging away from home, and similar incidentals The Direct Non-Labor expenses shall be reimbursable at actual invoice cost plus 10%, except for living and travel expenses when away from the home office on business connected with the Project. C. Subcontractor cost shall be reimbursed at the actual invoice cost plus 10%. D. Reproduction shall be reimbursed at an amount not to exceed $12,995.00. E. Payment for expenses, costs,and services as described in Attachment"A"and Exhibit"B- 3" shall not exceed $509,997.13. F. Partial payment shall be made monthly as stipulated on Exhibit B-1 upon receipt of an invoice from the ENGINEER, prepared from the books and records of the ENGINEER, outlining the amount of hours worked by each employee, the employee's name and classification, and the employees' salary rate along with itemized charges for any subcontract and reproduction work performed during the period covered by said invoice. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. Payment according to statements will be subject to certification by the designated representative of the Director of Water Department or his authorized representative that such work has been performed. MIA Q,U B-1aW111 `�'4G�o � o H:\WPWobs\2000\2000181\200018100_Eng in Contract-01-01 12BSD.doc EXHIBIT "B-1" (SUPPLEMENT TO EXHIBIT "B") METHOD OF PAYMENT SANITARY SEWER MAIN M-1-1-1 CONDITION ASSESSMENT& DRAINAGE AREA EVALUATION STUDY PROJECT NO. PS170-070170410020 The ENGINEER shall be paid monthly on the basis of statements prepared from the books and records of the account of the ENGINEER. The aggregate of such monthly partial payments shall not exceed the following: Until satisfactory completion of Exhibit A-1, Part A hereunder, a sum not to exceed 40 percent of the maximum fee. Until satisfactory completion of Exhibit A-2, Part B, hereunder,a sum not to exceed 95 percent of the maximum fee, less previous payments. Balance of earnings to be due and payable after the preconstruction meeting for the project. An officer of the ENGINEER shall verify the accuracy of each invoice submitted which with the terms of the agreement. B-1-1 HAWP1Jobs\2000\2000181\200018100 EnginContract_01-0112 BSO.doc EXHIBIT "B-2" (SUPPLEMENT TO ATTACHMENT "B") HOURLY RATE SCHEDULE SANITARY SEWER MAIN M-1-1-1 CONDITION ASSESSMENT& DRAINAGE AREA EVALUATION STUDY PROJECT NO. PS170-070170410020 Employee Classification Rate/Hour (or Range) Principal $95 - $120 Project Manager/Planner $75 - $95 RPLS $75 - $90 Design Engineer $55 - $75 Designer/CAD Operator $50 - $60 Survey Technician $40 - $70 Draftsman $30 - $45 Clerical $40 - $55 Survey Crew $100 - $110 Reimbursables Cost + 10% Mileage $0.31 per mile Reproduction work will be at current commercial rate. Subcontractors will be paid for at actual invoice cost plus ten percent (10%). B-2-1 HAW PUobs\2000\2000181\200018100_EnginContract_0 i•0112_BSD.doc EXHIBIT "B-3" SUMMARY OF TOTAL PROJECT FEES SANITARY SEWER MAIN M-1-1-1 CONDITION ASSESSMENT& DRAINAGE AREA EVALUATION STUDY PROJECT NO. PS170-070170410020 Scope of Services Fee M/WBE % SSES DAI $ 81,005.00 -0- -0- RJN $ 103,033.58 -0- -0- Reproduction $ 12,995.00 -0- -0- Cleaning and TV Sewer Lines $ 312,963.55 $312,963.55 100% TOTAL $ 509,997.13 $312,963.55 61.4% Proposed M/WBE Sub- Services Fees% Of total fee consultants Spelunker Pipeline Clean and TV $ 312,963.55 61.4% B-3-1 H:\WPWOhs\2000\2000181\200018100 EnginCOn[ract01-0112 BSD.doc EXHIBIT "B-3A" (SUPPLEMENT TO ATTACHMENT "B") SUMMARY OF DESIGN FEE SANITARY SEWER MAIN M-1-1-1 CONDITION ASSESSMENT& DRAINAGE AREA EVALUATION STUDY PROJECT NO. PS170-070170410020 January 11, 2001 Mr. Chris Harder, P.E. City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102-6311 RE: Sanitary Sewer Main M-1-1-1 Condition Assessment & Drainage Area Evaluation Study Project No. PS170-070170410020 Dear Chris: We appreciate the opportunity to present this proposal and fee schedule for your consideration. Attached please find construction cost estimates, schedule, and-exhibits depicting the scope of work. We propose to complete the proposed work in accordance with the following fee schedule: M-1-1-1 SSES Evaluation (Per Exhibit A-1) Total $509,997.13 We will be using Spelunker Pipeline. This will provide a DBE participation of 61.4%. If you have any questions or require additional information please give me a call. Sincerely, DUNAWAY ASSOCIATES, INC. f" Jam E. DeOtte, P. ., R.P.L.S. Vice Pr sident JED[jme B-3A-1 H AW P1Jobs12000120001811200018100_EnginContract_01-01 12_BSD.doc SANITARY SEWER MAIN M-1-1-1 CONDITION ASSESSMENT& DRAINAGE AREA EVALUATION STUDY PROJECT NO. PS170-070170410020 PRICING SUMMARY DUNAWAY ASSOCIATES, INC. ,E hours otal t ail£` evSCCI y IOR, �, r r Coordinate and supervise project 91 $ 7,280.00 Ensure quality control 90 $ 7,200.00 Research existing sewer and storm drain* 35 52 $ 5,660.00 Research maintenance records on Basins I, II and III*/Review & 62 46 $ 7,490.00 Consolidate/Summarize in report format/Develop recommendation Review F and N master stud 18 $ 1,440.00 Prepare Basin Limits/Limit of Study Exhibit* 35 $ 1,925.00 Determine capacity of M-111 and incoming mains and laterals for 18 35 $ 3,365.00 22,000 linear feet Determine potential combined sewer locations* 21 28 $ 3,220.00 Prepare flow diagram of M-111, M245 and M-245P basins from 14 28 $ 2,660.00 Gateway Park to Northside Drive area* Prepare report on structural evaluation of M-111 21 35 $ 3,605.00 Develop rerouting options for M-111 and flows coming directly into M- 35 44 $ 5,220.00 111 and make recommendation* Address odor problem at Pitney Bowes/Determine problem and 28 14 $ 3,010.00 develop solutions/Recommendations Examine reroute of M-267* 21 28 $ 3,220.00 Prepare probable cost of construction* 21 42 $ 3,990.00 Make recommendations on rehabilitation and improvement/ 35 52 $ 5,660.00 Summarize in report Evaluate and determine:* 1 Capacity of M-248, M245, M245P, M-245B 21 211$ 2,835.00 2 Cross Connections between M-178 and M-248 14 7 $ 1,505.00 3 Is M-132 abandoned? 7 $ 560.00 4 Connections between: 21 52 $ 4,540.00 a) M-245 and M 111 b) M-245 and M-245B c M-245 and M-245P 5 What happens at the intersection of M-42 and M-63? 7 $ 560.00 Make recommendation on M-42 (want to abandon if possible?) Walk Project 3 times anticipated) 32 $ 2,560.00 Prepare necessary exhibits $ 3,500.00 * requires exhibits TOTAL 1$81,005.00 B-3A-2 H:\WF%Jobs12000A2000181\200018100_EnginContract01-0112_BSD.doc PRICING SUMMARY RJN GROUP, INC. es"' tin 'sy Unit.' .. Unit Price 61W Review Maintenance Records 1 LS $ 650.00 $ 650.00 Flow Monitoring Site Selection 7 EA $ 170.00 $ 1,190.00 Installation 7 EA $ 235.00 $ 1,645.00 Maintain/Remove meters 525 M-D $ 54.50 $ 28,612.50 Data Analysis 1 LS $ 12,600.00 $ 12,600.00 Drive-Through Survey 1 LS $ 988.00 $ 988.00 Manhole Inspection Basin I & 11 147 EA $ 44.00 $ 6,468.00 Basin III 54 EA $ 78.28 $ 4,227.12 Smoke Testing Basin I & II 8433 LF $ 0.38 $ 3,204.54 Basin III 29674 LF $ 0.33 $ 9,792.42 Dyed Water Testing 4 EA $ 304.00 $ 1,216.00 Cleaning and TV Supervision 240 HR $ 65.00 $ 15,600.00 TV Tape Review 1 LS $ 3,820.00 $ 3,820.00 Project Administration/Meetings 1 LS $ 4,520.00 $ 4,520.00 Data Analysis/Report 1 ILS $ 8,500.00 $ 8,500.00 OTAL $ 103,033.58 B-3A-3 H:\WPWobs\2000\2000181\200018100 EnginConkact_01-0112_BSD.doc PRICING SUMMARY SPELUNKER PIPELINE BASIN I w, escnpfion E owUng# Unit Price Total Normal cleaning and TV inspection of 4" (if accessible) LF $ 1.35 $ - 6" Step Cleaning LF $ 1.35 $ - Normal Cleaning (8"— 12") 2,923 LF $ 0.65 $ 1,899.95 Heavy Cleaning (8"— 12") - 60% (includes step cleaning if necessary 1,754 LF $ 0.75 $ 1,315.50 Normal Cleaning (15"—21") 1,786 LF $ 0.95 $ 1,696.70 Heavy Cleaning (15"—21") - 60% 1,072 LF $ 1.45 $ 1,554.40 Normal Cleaning (24"—27") 1,660 LF $ 1.25 $ 2,075.00 Heavy Cleaning (24"—27") - 60% 996 LF $ 3.25 1 $ 3,237.00 Normal Cleaning (30"—3311) LF $ 1.40 $ - Heavy Cleaning (30"—33") - 60% LF $ 4.75 $ - Normal Cleaning (36"—39") 2,850 LF $ 1.55 $ 4,417.50 Heavy Cleaning (36"—39") - 60% 1,710 LF $ 7.00 $ 11,970.00 Heavy Cleaning (42") - (heavy is necessary based on LF $ 10.70 $ field survey) Heavy Cleaning (54") - (heavy is necessary based on LF $ 13.45 $ field survey) - Pre-cleaning TV Inspection - 30% 2,766 LF $ 1.35 $ 3,734.10 Post-cleaning TV Inspection (6"—15") 4,709 LF $ 0.90 $ 4,238.10 Post-cleaning TV Inspection (18"—27") 1,660 LF $ 1.25 $ 2,075.00 Post Cleaning TV Inspection (30"—54") 2,850 LF $ 1.45 $ 4,132.50 Bypass pump setup (6" &8" pump) 1 EA $ 1,500.00 $ 1,500.00 Operation of bypass pump(s) (based on survey, we should not need to bypass any flows) 8 HR $ 100.00 $ 800.00 TOTAL $44,645.75 Note: Includes M-1-1-1 from Sta. 141+02 to Sta. 169+50 B-3A-4 HAWPWoba12000\2000181\200018100_EnginContract 01-0112_BSO.doc PRICING SUMMARY SPELUNKER PIPELINE BASIN II t% - ' '_ � escriptron C?tyU Pride r� �` li ry„ W «4` _ ,f..re . k s$ 3a '..0 Normal cleaning and TV inspection of 4" (if accessible) 300 LF $ 1.35 $ 405.00 6" Step Cleaning 16,867 LF $ 1.35 $ 22,770.45 Normal Cleaning (8"— 12") 24,297 LF $ 0.65 $ 15,793.05 Heavy Cleaning (8"—12") - 60% (includes step cleaning if necessary 14,579 LF $ 0.75 $ 10,934.25 Normal Cleaning (15"—21') LF $ 0.95 $ - Heavy Cleaning (15"—21") - 60% LF $ 1.45 $ - Normal Cleaning (24"—27") LF $ 1.25 $ - Heavy Cleaning (24"—27") -60% LF $ 3.25 $ - Normal Cleaning (30"—33") LF $ 1.40 $ - Heavy Cleaning (30"—33") - 60% LF $ 4.75 $ - Normal Cleaning (36"—39") 5,837 LF $ 1.55 $ 9,047.35 Heavy Cleaning (36"—39") - 60% 3,503 LF $ 7.00 $ 24,521.00 Heavy Cleaning (42") - (heavy is necessary based on eld survey) LF $ 10.70 $ - Heavy Cleaning (54") - (heavy is necessary based on LF $ 13.45 $ field survey) - Pre-cleaning TV Inspection - 30% 14,101 LF $ 1.35 $ 19,036.35 Post-cleaning TV Inspection (6"— 15") 41,164 LF $ 0.90 $ 37,047.60 Post-cleaning TV Inspection (18"—27") LF $ 1.25 $ - Post Cleaning TV Inspection (30"—54") 5,837 LF $ 1.45 $ 8,463.65 Bypass pump setup (6" & 8" pump) 1 EA $ 1,500.00 $ 1,500.00 Operation of bypass pump(s) (based on survey, we should not need to bypass any flows) 8 HR $ 100.00 $ 800.00 OTAL $150,318.70 Note: 1) The siphon on M-1-1-1 between Sta. 131+15 to Sta. 141+02 is not included with these prices. 2) Includes M-1-1-1 from Sta. 72+78 to Sta. 131+15. B-3A-5 H:\WP,lobe\200012000181\20001B100_EnginConVact01-0112 BSD.doc PRICING SUMMARY SPELUNKER PIPELINE BASIN III 2 3 [)escripfior � A � Unit Urtrt PnceTo Normal cleaning and N inspection of 4" (if accessible) LF $ 1.35 $ - 6" Step Cleaning 2,688 LF $ 1.35 $ 3,628.80 Normal Cleaning (8"- 12") 3,316 LF $ 0.65 $ 2,155.40 Heavy Cleaning (8"- 12") - 60% (includes step cleaning if necessary 1,990 LF $ 0.75 $ 1,492.50 Normal Cleaning (15"-21") 1,325 LF $ 0.95 $ 1,258.75 Heavy Cleaning (15"-21") - 60% 795 LF $ 1.45 $ 1,152.75 Normal Cleaning (24"-27") 1,783 LF $ 1.25 $ 2,228.75 Heavy Cleaning (24"-27") - 60% 1,070 LF $ 3.25 $ 3,477.50 Normal Cleaning (30"-33") LF $ 1.40 $ - Heavy Cleaning (30"-33") - 60% LF $ 4.75 $ - Normal Cleaning (36"-39") LF $ 1.55 $ - Heavy Cleaning (36"-39") -60% LF $ 7.00 $ - Heavy Cleaning (42") - (heavy is necessary based on field survey) 3,675 LF $ 10.70 $39,322.50 Heavy Cleaning (54") - (heavy is necessary based on field survey)** 1,776 LF $ 13.45 $ 23,887.20 Pre-cleaning N Inspection - 30%*** 14,186 LF $ 1.35 $ 19,151.10 Post-cleaning N Inspection (6"-15") 7,799 LF $ 0.90 $ 7,019.10 Post-cleaning N Inspection (18"-27") 3,108 LF $ 1.25 $ 3,885.00 Post Cleaning N Inspection (30"-54")**** 4,855 LF $ 1.45 $ 7,039.75 Bypass pump setup (6" & 8" pump) 1 EA $ 1,500.00 $ 1,500.00 Operation of bypass pump(s) (based on survey, we should not need to bypass any flows) 8 HR $ 100.00 $ 800.00 OTAL $117,999.10 Note: Cleaning and N for all pipe 39" and smaller assumed to 50% of total linear footage of sewer lines. * M-1-1-1 from Sta. -22+00 to Sta. 57+46. ** 100% M-1-1-1 from Sta. --13+50 to Sta. --22+00 and 25% of M-1-1-1 from Sta.-34+15 to Sta. -56+70. *** 30% of all pipe 39" and smaller cleaned/TV'd and 100% of M-1-1-1 **** M-1-1-1 from --13+50 to Sta. 57+46 B-3A-6 HAW P1Job9%2000%2000181\200018100_EnginConeW-01-0112_BSD.doc NT AN° ��1 'tel y':+�" �. _ ,.�Iltuu'•— :�IIIIIIIII.. `;, ^� ♦.ate�� �-I III'•,,.. ,�.,� 1 -?I t r-..� ♦ �.__ �l �D���•;����lr��III _1��UI��� I 1 I1���.',�`\\�� `� ' \ / 1!•�i/L•tt\ 1,1111111111Ig111111111�.+�����•�.1 c=-_,�I' I� ■r� ` ��►'7Cr% �I lllltllllll lUIIII��� '-'•nl°v.ia••••l .il` +�1 a.11 Illllllllq IIIIIIG=_- 'I _\ ._ �� ` �,�11111{■1'(■11111111(III III11 A"null!nnnlru ou,.u/nm d I . Y_ ' ► ♦...1-11111111111 1111111111 IIIIyIL'__uun•.,unu. � ���,�.t 1.{{IIt1.1{II IIItN{Itl,.••+!_ "oy .•` I .::' ''�1�.��J� ='`=iI1r.1111111111n1t1111=�=11111111111111, 'tll ,l "���•„"'•���♦.\ ���L/.11111�4t111111111111IIs ���'r Ilr �•'lotat `. '1- ■rs�•::::11 IIII `•+`�' ♦0��1mr T111111111111111 In•[ _ ��nwoleuuunllr lll2 I.U1111 C.Ntur''� L-`\` � �\�•111111 IIP 11'lllllll:, pl ?I�rrr �\ �\♦ \ � ',L11111.._ 1.111.1.11 r1�� IIr11u11�1 11• Offil' r� 4 .,1� �.y, � - ^ b.P p♦pP�:.••♦ `. �'lllttll R'lll''�u 11.1 �o ,\:'.. ,- � = ��••�',,1�„.�,`,��o�, � ` IIIIIIIIIIIII� r. �_, � r •••`• •• ♦' �' '�IIItII1H1111- 101,.7 tlll lll■ _ � � ��” �P`♦``•'.`O"•♦ I,Illrllllllllll • .,:\* � .♦ Milli'= � _ �•r. ���= .. ��97Jn911111111 04 kRRI WW EM • ��:/ 1'111,1•r•1 I■ - - Lr•IIII.1111-PII'■ ., 'awl ulnl�lm nun Intl+ LuauL'III uta �r�■■1 +' 1�111111 ilnf I '��i .` ��Q,. �♦♦ ��.-,♦•`,P♦'♦t t .,,.�f� X11 IIIIIt 11P11: vr\\ .• ` O•\�I .�• r i.., Tuunnun Ina II�;.`j► �"��!•�,,�•A`•�`;`�.•,�``�: 77.%'��I♦�•�r+.i �I [-. luau nnn� '�' l' ,� r unnr• , ��'� �~�'♦`7��\J�An•����♦•. �Ic qr✓►�. `• -�■.uiin_IIII �. �"'" ���•♦♦\ p •���I•••♦♦A♦moi , ,I,� Iloilo uau Hill %,y��y'�/�;w'•\'s�♦ � �e����i♦.�;,�` �j 7 �:'t S 'l PW • r,., 1�1':�� i�ii ` t .� � ♦ ` � nnP41111me +%/1('11 �f� '••rIM nl _?l I=■ _.�.:�•��1 � _ ,:I ,. � �• �` ���� _ununl uu,,,,,,, '1n11►\11t r.��c�.:��IIII 1►',�% •,���ni:■i� `���'♦♦i �1i1 - 1� 7P •' �i1181 i�l1t911� :ii1!'•� ■It: /' > ' `� ••`� 1111111 >•�' 'I �!I�irl:.il*'1Lr i'���-���'�' �� �� �1 — �Illllllllf IIIIIIIII■ �9m ” Illlrntl'-IIIIIUIIII� 1111 IIIIIIIIGIIIIIIIofrr 1111, ����� IlQlnm un nlinrl n6� JrY.�IdIt10�4.g1111h;U(nun J u.u!IIIi•. A P' � -i■■nli6 nm uu n•^•u w 1 �u'41t 9111:1111 11111 �� 1119{'Ilr ����It�—� E►'�Ill1►�I II 1111111111111111 Illlr Illlq� IIII 111111 I �ovni ' := . - .`\ �Illlliii • t�11�n1I 7 _J 1`_ `-`IIIIIIUIIIIIIIII�, �1i1 ln1 =pal;, 1� ¢ 1!�1111111 t �)• III�J t �lunllnlll.11111.11�Ut•I I. llr^' �� u■� 11.� _�=5—•� �' �_��1�� ir' ---- '-,�n�lll IUi� t 111111111��� ...nom �u ro■•v no Ip•'1-- �!'1t'■ p.� _ - - - •' ► wYy.7 ��■nl•7 u■■�■. Ilii qc vo .i i=C� I -I y��� - •II�Pup1111 �I 7_• Biu OR�at' v-■■n•1=en =O= . 717-'� •'���11 iu 11 n:111 1,! r�.7 ■n■.••.• vl■s■ ■��..^-�---. � �J - �+•11111111: Inul,Pu_� 1� � }} Ails,■ -"■• •�'•A+(-_I-_1'111 a- ■r.r■i!1 -nv•w uu., �u•.••1 ai► - - _ Mir'* _ _ !� ■- ••u� --nr•v p uu uu= 3�� gp411Y1�•IIIL 911ni�\ •, �'�� •'=1 111111119!111111 i i (i t,--_, -nln•Iw 81 Ill 1� 1 •I �I. """•,_ IIIINIIII#1 -141fill 11111111..�l 11111,,,,II. 11119111n111h. 'Inl ��=1=1■ '�.. ■�B e i 1 � .II 1111111 111111 lull iY''� 1 i e ��•.�J e....unn uumu.uumm..... --q JIM rp IIIOIgI III11l p IIS a�� rz r' " :`-_=�(=____:� ` • __=(■11111111 1111„1,11,111••,11,111/11111111•'14 r.•,111111,11111t1r111 IP[Ilnl �1I•, '���__ ,\= l _ ��m��r`L.. .�.�.•r 11 e uullrluuu......lll'= _JJji.IIIP4111n'•911 In•4. p!1-_i_�\ I� :/ _■:�:C•• 1- ■1•-.-w:I-? :Ti•_ i c ununw nuuw nonan uuuuu u•m r /i,,, <tllnll 7111/(lull'► r. -vol= Ill lan ' .- �l r =.:..�� rt r -Ill lit-' 1 �.j- - ..! C nun!•m leluum Ilnl•••n uuuuu Ir••'r^7 JJJ i'�11 11 Ilt-_ ••�•�rllllllflllll/_7E����1111UI1 i�ui:'1 •o JJ =_ _ un••nw uuuuu u••nnu uuuuu Irur.r a �Jy911111' illl II •�__ \. L_ Ill S.aii a !'r —�' t—"'===, p _ esu-.F,u•u_ nnuu•a nuuull urnuun u•r•um uuu, JiJJ /Illllplf'��. 114 -rll ire.,��! i,t�nle�I�!!�1���1�a -.Y�:.�..: .... uuruuu unnnlr uuuuu uu••lal uuu IIII II IPI(—tl►Ji� _ - �� -■\• - � 1 `'111/1.1111.IIIIItllll IIIIII.1111111111111 IP••1 Irl 1111111[1 IIIIP••111r1 r ��:� S = �_ Sii11'I nlll�1[rl o _■a '°I." .LI _ _-1 uunnu•uuuuu uc••uu nau�uwlm�lu,r.�IrmmOunnm.... / , 1=_ -''III<f C�,■f���l�I= 1,nlr,r..r:Ilnnn111111..nIn n111n11111141.llllr.•nillTlnlnr!•,.. �.�+;` _ _�_____=_=_I �' I + m Ir-,_-- iii-�♦♦u••M•�•' nm.nur mumu un■nn uuu••n mm_n uurar•ununnru.:: _ _=e � f�•-•n 1 I nonan cool in'-”••fiml umr mn•.•u•ylr �tli .�Illtll - lap u:n�l= -=PII:-:..:!all! - `+ = __ uu,ungav!m1ur.n n' Rt a„ - �! u:t l 'u uqr:+ii _!=__•�:e 'uul�C' 1 Illlllllll rII1lUllllll.IIIIIIIIIIIIII IIIIIIFiim"u,;;;;;„;! �-_:�•��' �.-_.�ST.�L........L........E..,T�:- il�e=nxnnunu 1 .;I,._ r' 1 Y � � - _ S � irk i - tN I ,4, 4 , Fri , ,.•y. - �- '- ' ' _'!!-• c ..�J '��:_tee' - - - - '��t _c � � � �1 w i fol Z-11 Ix fly I All- Ir Fr- Ilk Ad LA }i.�M �f��s - � ��, 'il;/ , - �� i�!� '- �1`• �► :+y�J .fir > U-3 TIM43Tj = . lye► --_ —_ -_ _ �. l: 1 �P �I • � - � � nom•' i Y� ��- IIIA+ �j�j� ��� � r��► .�1� \ � II�i ��i �'� �� ' � VI1L'ir p��!1► ��\ �► !MR •. ��I � ,moi ... � � ����� ��,\I►►11111111� ♦♦ �♦� ♦•I �� �.���L* • ��i ,� � ,/' X1111 11N11� O�l� Q!�,A� r.. ►�s, �. ,r. / X11►�Iri11rl �♦ ♦�f, � ♦ O rr,l �\�• ♦� `�i�/ \Jt. � �► per •;\ � r` ,. ����� ���+,,, '��iii � < , ►O ♦�♦` ` ••�\����i/�i��i /�' �I�r�!�1 \I�ILII � \� , i o � �� IIIIIIIIII��i� long klSao Nk ��: �► ��������;:',��♦_��!�'. �1` SII\� AN Wt NO MIM '� , it �. �. �� �.�♦ .� ,•� .,,. ���► , _ �� �l��.,, :!!����`. vim' `,-��!♦1��� t,� it I 11-110 r,.4 OFF jg .: I� ♦ /� AA ♦s ♦�♦ �, a �a'i 1`• ,�� � ♦ '�� 1Y' �:� iii G I P♦ ♦ ��, � I gyp. :�i' �' hMH•LESt 13 ER LINEt ��►R,,,�► ���♦"��' v;�♦.���-�1 viii/�i�i� ♦�����:� ������ '��� I ��It �' 1 111 •_":3 � i�•..����'�� �,����i, Gid �� ���`�1��` ';:, FUME� Om■ � ♦♦.�� � ,/= %�%� �0♦;� �• Iiiiltth� '© 4,.JI■■ _I� ■■ '�� l ♦ f+ �i�i, � IIiS 1111 iL ! R T hr ! 1r�S r j - ��`•tee .�.y►'. �Y�-___ jn �Y� --� Af-��� —•e }'+moi' � i AL ' _yam '- •`� .r�� � _-- • f �� }' '. � iv I % +' -� I z l) ljj- 14, j �.� � I _ )a t .� J`.rti ' �?yji, �� J.rtia�y y���^x- �`l `i;f ♦ y I "t 3M. �. � '��I� r •R _�'----'• •- ���'�Ml� y� �i/'<}y�is� l 1. `� •� _ 1� •4a_ R._ - 3' �. _fir IL w '_4 + 4S 40 }FRS S , , •' g " •o �.�' _ - _ + �._y+ M — 1.J+L .rl 7 `" � y A f` .,r i i_•r ` z 1 • IFi# 1T'� 'i I AAU ARA4 '4�i1--�I, }: •�l� '$�`7 /fir..: 6 ,� � �t t►t�t'w' •�t� ►t, �•' Ot fiOV, ' ,� pt`,ttt,,,t� •t 25 110 15 MIA 1 a -'�►�y'�'����'��� !t'� ;, ���t�,.�R♦ ,'�`��i��l� .��►�y�►t►..fit r=te� `. MANHOLESt 134 SEWER LINE: 47,001 i r � � f . 4 _ y t -.s .•��} 4, - Com'''_ r rje i - -�- � - = it ~;•� ,__ � 'T�,.� Rs � -. - ft jK 1 `', _-' �• f 4- _kms. -"'v 41. -�_ � _ - �-_ +�'! :fir` +1' ..__� �' �' ♦ - = -P,`+ �_ - -"� __I As E-:) TIGIHX3 Ar �_ -'�_ •�" ��'ac+'~ _ ' _����_- �'�- � -� -.� A "`tom" -_-_- �~ r'-_h ..:>� � P # 'w•- Wi6 c Ali�,� � � o �'— �_,. �_ �--�.��._ _ Ali! - �� � �'�•-�%�I_l_IIII�I IIhII�Il11�1111! ��, "�1�►►►;'i�����°-��'��� ����: 1:111 11—f IhIIuT `i1►IAS- _�, �unln;;,•e���,� �►-�.�1111111.1`lil 11111 � ♦v. i � "/111111111!!l�II 11111 tri/11111�� - ,,,,♦�,w � `iLmin���l�u�uu SIN MUM, It P-10.001-1 iy►►'•t� '•11111 IIIUI;C .�1♦♦�,♦� •�♦��• - illl.� _IIII� +,'��'ice;, �_�w1u= ♦o•pee pee���� ► � �tll��ll�llllllll�l �� lilt oiiiii'i• ' � eeo�`eoe ��``+ ��1111111111111111I1�I ?` rhe♦,:gee` ,Oe '♦,♦.•`,� �� r• 'ai\ �e►f ,• pee .••��►♦O ♦���♦e'e 0��� , 01111111111 ������\�1���1 �% p'•�pep p♦♦♦ ��IIIIIIIIIIIII�IT IT Nam affix Alm ♦ - ♦ �,,!\ ' Illi �� `nminn ��.�n11► `���a ,��i� •meq\ ��� :moi 111/ :��� ♦�.,-�. ��'�♦♦ �� '� �:.,� MANHOLESt 54141, SEWER LINE: 29,b74 �♦ ♦ V , , :111 ��� e,♦ C� .w♦♦��^ r�r�, I,IIL tw♦!fir �..� ���\����� off f* ••• I � -- r _ iy..t •-mops- i y � " � I 1 � _ v Lf ff ��h��Ii- _�T1�� ��• - - -- ,d , A eyli ITT Yi-i 011 IQ a :��•,�: - vii� �;-� _ 'amu �w�-� _ �- -- ----- - ____ _ ATTACHMENT "D" SANITARY SEWER MAIN M-1-1-1 CONDITION ASSESSMENT& DRAINAGE AREA EVALUATION STUDY PROJECT NO. PSI 70-070170410020 SANITARY SEWER CLEANING AND TELEVISION INSPECTION SECTION 1 DEFINITIONS: AVAILABLE WATER: Water necessary for the performance of work, which may be taken from the fire hydrant nearest to the work site within City of Fort Worth, given conditions of traffic and terrain are compatible with the use of the hydrant for performance of work. See C6-6.16 of the General Conditions, Part C. BUILDING SEWER: The conduit that connects building wastewater sources to the public or street sewer including lines serving homes, public buildings, commercial establishments, and industry structures. Referred to also as building lateral or service lateral. BYPASS: An arrangement of temporary pumps, piping and valves whereby the flow is pumped around a sewer line segment hydraulic structure or appurtenance. BYPASS PUMPING: The transportation of sewer flows around a specific sewer pipe/line section or sections via a conduit for the purpose of controlling sewer flows in the specified section or sections without flowing or discharging onto public or property. CHANGE ORDER:A written order to the CONTRACTOR authorizing an addition,deletion or revision in the work within the general scope of work of the agreement, or authorizing an adjustment in the agreement price or agreement time. COLLECTOR SEWER: A sewer located in the public right-of-way or easement that collects the wastewater discharged through building sewers and conducts such flows into larger interceptor sewers and pumping and treatment works. Referred to also as 'main sewer" or "lateral ". CONTRACT DOCUMENTS: See C1-1 and C1-1.10 of the General Conditions. Part C. CONTRACTOR: See C1-1.20 of the General Conditions. Part C. CREW: The number of persons required for the performance of work at a site as determined by the CONTRACTOR in response to task difficulty and safety considerations at the time or location of the work. DEBRIS: Soil, rocks,sand, grease, roots, etc.; in a sewer line excluding items mechanically attached to the line such as protruding service connections, protruding pipe, joint materials and the like. EASEMENT: A liberty, privilege, or advantage without profit that the OWNER of one parcel of land may have in the land of another. In this agreement, all land other than public streets in which the OWNER has sewer system lines or installations and right of access to such lines or installations. EASEMENT ACCESS: Areas within an easement to which access is required for performance of work. ENGINEER: See C1-1.19 of the General Conditions. Part C. UrL��GI CIT r!.:^_ 174110 ,_F11, 2000181—Attach D 1222 BSD.doc EXISTING LINEAR FEET: The total length of existing sewer pipe in place within designated sewer systems as field measured from center of manhole to center of manhole. FLOW CONTROL: A method whereby normal sewer flows or a portion of normal sewer flows are blocked, retarded, or bypassed within certain areas of the sewer collection system. HEAVY CLEANING: Mechanical sewer cleaning will be performed after the ENGINEER determines that the line has not been adequately cleaned by normal cleaning methods.The CONTRACTOR may be directed by the ENGINEER or OWNER to perform heavy cleaning if the line is still not adequately clean after three (3) slow passes have been completed according the these specifications. Heavy cleaning shall be performed on a line segment until the ENGINEER determines the line is clean or that the line will be damaged by further cleaning.The CONTRACTOR may use hydraulic methods for heavy cleaning if approved by the ENGINEER. HYDRAULIC CLEANING: Techniques and methods used to clean sewer lines with water.e.g.,water pumped in the form of a high velocity spray and water flowing by gravity or head pressure. Devices include high-velocity jet cleaners, cleaning balls, and hinged disc cleaners. INFILTRATION: The water entering a sewer system, including building sewers, from the ground through such means as defective pipes, pipe joints, connections, or manhole walls. Infiltration does not include and is distinguished from inflow. INFLOW: The water discharged into a sewer system, including building sewers from such sources as roof leaders, cellar, yard, and area drains, foundation drains, cooling water discharge, drains from springs and swamps areas, manhole covers, cross connections from storm sewers, combined sewers, and catch basins,storm waters,surface runoff,street wastewater or drains. Inflow does not include and is distinguished from infiltration. INSPECTOR: The OWNER'S or ENGINEER'S representative responsible for inspection and acceptance, approval, or rejection of work; performed as set forth in these specifications. INTERCEPTOR SEWER: A sewer that receives the flow from collector sewers and conveys the wastewater to treatment facilities. INTERNAL PIPE INSPECTION: The television inspection of a sewer line section. A Closed Circuit TV(CCTV) camera is moved through the line at a slow rate and a continuous picture is transmitted to an above ground monitor, and recorded on videotape. INVERT: The floor, bottom or lowest point of a conduit. INVERT ELEVATION: The elevation of the lowest portion of a liquid carrying conduit such as a sewer, that determines the hydraulic gradient available for moving the contained liquid. JOINTS: The means of connecting sectional lengths of sewer pipe into a continuous sewer line using various types of jointed materials. The number of joints depends on the lengths of the pipe sections used in the specific sewer construction work. LINE SEGMENT: The length of sewer pipe connecting two manholes, also referred to as manhole section. LINEAR FOOT: Being one foot in these specifications used to denote the unit of measurement relating to the length of a sewer line. D-2 2000181_Attach D_1222_BSD.doc MAJOR BLOCKAGE:A blockage (structural defect,collapse,protruding service connection,debris) that prohibits manhole cleaning or TV inspection. MECHANICAL CLEANING: Methods used to clean debris from sewer lines mechanically with devices such as rodding machines, bucket machines, root saws, winch pulled brushes, etc. May also include hydraulic root cutters and other hydraulic tools, if approved by the ENGINEER. NORMAL CLEANING: Sewer cleaning by hydraulic or mechanical means performed by making three (3) slow passes with the cleaning equipment. OVERFLOW: (1) The excess water that flows over the ordinary limits of a sewer manhole or containment structure. (2) An illegal outlet pipe or receptacle for the excess water. OWNER: The City of Fort Worth. PASS:The movement of operating cleaning equipment from the upstream end of the line segment to the downstream end at a velocity not exceeding 60 feet per minute. POINT REPAIR:A short pipeline repair made forthe purpose of extracting cleaning equipment orTV cameras from the sewer line. SANITARY SEWER:A pipe intended to carry only sanitary or sanitary and industrial wastewater from residences, commercial buildings, industrial parks and institutions. SEWER CLEANING:The utilization of mechanical or hydraulic equipment to dislodge,transport and remove debris from sewer lines and manholes. SEWER PIPE:A length of conduit manufactured from various materials and in various lengths,that when joined together can be used to transport wastewater from the points of origin to a treatment facility. SITE: Any location where work has been or will be done. SITE ACCESS: An adequately clear area of a size sufficient to accommodate personnel and equipment required at the location where work is to be performed, including roadway or surface sufficiently unobstructed to permit conveyance of vehicles from the nearest paved roadway to the work location. STREET ACCESS:Areas normal used for public vehicular traffic (including roads,streets, or rights- of-way) to which safe access is required for performance of work. SUBCONTRACTOR: An individual, firm or corporation having a direct contract with the CONTRACTOR or with a lower-tier subcontractor for performance of part of part of the work. SURCHARGE: When the sewer flow exceeds the hydraulic carrying capacity of the sewer line. SURCHARGE CONDITION: When the sewer flow depth equals or exceeds the diameter of the discharging sewer line. SWALE (DIP, SAG): A significant deviation in pipe grade such as to cause entrapment of solids. Semi-solids and liquids thereby impeding the accuracy and/or effectiveness of flow measurements, cleaning and internal inspection. D-3 2000181—Attach D_1222_BSD.doc SECTION 2 -TECHNICAL SPECIFICATIONS IONS DIVISION 1- SCOPE OF WORK 2.1.1.The work required by the project shall consist of furnishing all labor, materials,equipment,and supervision, and performing all work necessary to clean and internally televise the designated sanitary sewer lines in accordance with these Technical Specifications. The work shall consist of performing the following work tasks where specified: Sewer Line Cleaning Sewer Flow Control Television Inspection 2.1.2. The area of work shall be at those locations indicated on Exhibit C-1 through C-4 (MAP). DIVISION 2 - GENERAL 2.2.1. SEWER LINE CLEANING shall be performed with hydraulically propelled high-velocity jet,or mechanical powered equipment. Selection of equipment shall be based on field conditions such as access to manholes, type and quantity of debris to be removed, size of sewer, and depth of flow. Selected equipment shall be evaluated and approved by ENGINEER. 2.2.2. SEWER FLOW CONTROL shall be performed as required to comply with these specifications (see SEWER FLOW CONTROL) 2.2.3. TELEVISION INSPECTION shall be required to reveal and document sewer line conditions and cleaning results. 2.2.4. The CONTRACTOR shall warrant to the OWNER and/or his ENGINEER a warranty any and all claims from infringement of patents and shall save harmless the OWNER and his Representative from loss on account thereof. DIVISION 3 -SEWER CLEANING 2.3.1 INTENT: The intent of sewer cleaning is to remove foreign materials from the line segments. Since the success of the other phases of work depends on the cleanliness of the lines, the importance of this phase of the operation is emphasized. It is recognized that there are some conditions such as broken pipe and major blockages that prevent adequate cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered. the CONTRACTOR will not be required to clean those specific sections as directed by the ENGINEER. Foreign matter including but not limited to grease, debris, mud, rock and sand shall be removed from the pipelines. 2.3.2. PRE-SEWER CLEANING NOTIFICATION:The success of the Fort Worth Water Department Cleaning Program is dependent of the cooperation of all customers affected. The following are the requirements for notifying affected customers of cleaning activities.All procedures must be followed. 1. A notice ("flyer") in English and Spanish shall be provided to each residence and business a minimum of two (2)full working days prior to cleaning in the area. The Pre-Cleaning Notification flyer will inform the occupants of the purpose of the work, what might possibly occur, and telephone numbers to call in case of questions or problems. The master flyer for Pre-Cleaning Notification will be provided to the Contractor for use in making all necessary copies of flyer on white paper for distribution to residences and businesses. D-4 2000181 Attach D_1 222_BSD.doc 2. CONTRACTOR shall on a daily basis document of all distribution of flyers. Documentation at a minimum shall include map showing areas notified, date, and name of person completing the notification. 3. CONTRACTOR shall provide additional notification of all residences and businesses possibly affected by Shallow Line Step Cleaning by going door-to-door immediately prior to starting the cleaning operations. 4. CONTRACTOR shall schedule work to be completed within five (5) working days from the day notices are distributed. Should the work not be completed in the notified area before the end of 5 working days, the area will be re-notified. 2.3.3 CLEANING EQUIPMENT All equipment used by the contractor for cleaning of sewer lines must be inspected by The City of Fort Worth Pre-Treatment Division. Contact Gloria Trevino at 871-8305 for scheduling of inspections. 1. HIGH-VELOCITY JET (HYDROCLEANING) EQUIPMENT: All high- velocity sewer cleaning equipment shall be constructed for ease and safety of operation.The CONTRACTOR shall have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 10 to 45 degrees in all size lines designated to be cleaned.The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. For normal cleaning of sewers from 6 inches to 15 inches in diameter, pumps shall be capable of maintaining a minimum operating pressure of 1,500 p.s.i. For sewers 18 inches in diameter or greater a minimum operating pressure of 2,300 p.s.i. is required. The gun shall be capable of producing flow from a fine spray to a solid stream. 2. HYDRAULICALLY PROPELLED EQUIPMENT:The equipment used shall be of a movable dam type and be constructed in such a way that a portion on of the dam may, be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment that cannot be collapsed are used, special precautions to prevent flooding of the sewers and public or private property shall be taken by the CONTRACTOR. Damages or claims resulting from backups and flooding, shall be the responsibility of the CONTRACTOR. 3. MECHANICALLY POWERED EQUIPMENT: Bucket machines shall be in pairs with sufficient power to perform the work in an efficient manner. Machines will be belt operated or have an overload device. Machines with direct drive that could cause damage to the pipe will not be allowed. A power rodding machine shall be either sectional or continuous rod type capable of holding a minimum of 750 feet of rod.The rod shall be specifically heat-treated steel.To ensure safe operation the machine shall be fully enclosed and have an automatic safety clutch or relief valve. Mechanically powered equipment shall only be used when authorized by the ENGINEER and shall be done only when other cleaning methods are shown to be ineffective. 2.3.4 CLEANING PRECAUTIONS: During sewer cleaning operations,satisfactory precautions shall be taken in the use of cleaning equipment.When hydraulically propelled cleaning tools (that depend upon water pressure to provide their cleaning force) or tools that retard the flow in the sewer line are used, precautions shall be taken by the CONTRACTOR to ensure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. When additional water from fire hydrants is necessary to avoid delays in normal work procedures,the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant or as restricted by the OWNER. D-5 2000181_AttachD_1222 BSD.dcc The CONTRACTOR shall be responsible for any damage caused by his actions during this project. 2.3.5 NORMAL SEWER CLEANING: For Normal Cleaning the designated sewer line segments shall be cleaned using hydraulically propelled, high-velocity jet equipment. Selection of the equipment used shall be based on the conditions of lines at the time the work commences. The equipment and methods selected shall be satisfactory to the ENGINEER. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines. If normal cleaning is not satisfactory, the ENGINEER may direct the CONTRACTOR to perform heavy cleaning. If successful cleaning cannot be performed or the equipment fails to traverse the entire line segment, it will be assumed that a major blockage exists and the cleaning effort shall be suspended and Water Department/Field Operations shall be notified. The CONTRACTOR shall provide an observer at the upstream manhole during all pass to ensure that the entire line segment is cleaned on subsequent passes. The CONTRACTOR shall provide a mechanism to prevent debris from moving downstream from the line segment being cleaned. 2.3.6 HEAVY CLEANING: Segments that contain heavier than normal amounts of debris, or that cannot be adequately cleaned using the Normal Cleaning Method may be selected for Heavy Cleaning. Segments selected for Heavy Cleaning shall be approved by the OWNER or ENGINEER. The OWNER or ENGINEER may also select segments for Heavy Cleaning. Heavy Cleaning shall be a supplemental means of removing debris and cleaning, and shall be used in addition to Normal Cleaning.The method of Heavy Cleaning for each segment shall be based on site conditions and shall be approved by the ENGINEER'S or OWNER'S Representative. CONTRACTOR may use hydraulic methods for heavy cleaning if approved by the ENGINEER. All precautions required for Normal Cleaning shall apply to Heavy Cleaning. Heavy Cleaning shall continue until the ENGINEER determines the line is clean or that further work may damage the pipe. 2.3.7 SHALLOW LINE STEP CLEANING -Shallow Line Step Cleaning shall be used as directed by the Engineer where Pre-Cleaning TV has determined the line segment is susceptible to backups. Prior to conducting any normal cleaning, Contractor will verify pipe depth of each segment before beginning work on that segment. If any of the lines are 4 feet in depth or less, Contractor shall notify Engineer to obtain approval of Pre-Cleaning TV Inspection to determine if Shallow Line Step Cleaning is required. Shallow Line Step-Cleaning in designated lines will be used in lieu of Normal Cleaning. The purpose of Shallow Line Step-Cleaning is to minimize the possibility of disturbing service connections caused by blow-back effect of the hydraulic equipment. Additional caution will be used in segments identified as requiring Step Cleaning. Lines selected for Shallow Line Step-Cleaning shall be selected by the ENGINEER. Shallow Line Step Cleaning shall use a pressure not to exceed 500 to 900 psi, a nozzle angle not to exceed 10 degrees, and vented manhole lids furnished by Water Department Field Operations shall be placed on manholes immediately upstream and downstream of the segment to be cleaned. Contractor shall replace the temporary vented manhole lids with the original manhole lids after all cleaning work on the segment is complete. Step-Cleaning will required on all line segments up to 6-inch in diameter. Step-Cleaning may be used in lieu of Normal Cleaning for all line segment over 6-inch in diameter at the same unit price as Normal Cleaning. D-6 2000181_Attach D_1222_BSD.doc 2.3.8 ROOT REMOVAL: Roots shall be removed in designated sections where root intrusion is a problem and shall be considered part of heavy cleaning procedures. Special attention should be given during the cleaning operations to ensure complete removal of roots from the joints. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines and winches using root cutters and porcupines, and equipment such as high-velocity jet cleaners. TV inspection during root removal at CONTRACTORS request is subsidiary to Heavy Cleaning, and no additional payment will be allowed. 2.3.9 GREASE REMOVAL: Grease shall be removed in designated sections where grease is a known problem and shall be considered part of heavy cleaning procedures. Special attention should be given during the cleaning operations to ensure complete removal of grease from the top of the pipe. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines and winches using root cutters and porcupines, and equipment such as high-velocity jet cleaners,hot water, and EPA approved chemical degreasers.TV inspection during grease removal at CONTRACTORS request is subsidiary to Heavy Cleaning,and no additional payment will be allowed. 2.3.10 MATERIAL REMOVAL: All sludge, dirt, sand, rocks, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at either the upstream or downstream manhole of the section being cleaned. Passing material from line segment to line segment shall not be permitted. 2.3.11 DISPOSAL OF MATERIALS:All solids or semi-solids resulting from the cleaning operations shall become the property of CONTRACTOR and shall be removed by the CONTRACTOR from the sewer and disposed of at a location approved by the OWNER. All materials shall be removed from the site no less often than at the end of each workday. Under NO circumstances will the CONTRACTOR be allowed to accumulate disposal material on the site of work beyond the stated time, except in totally enclosed containers and as approved by the ENGINEER. The CONTRACTOR'S trucks shall have permits in accordance with all applicable State and Local regulations. CONTRACTOR shall provide OWNER and ENGINEER with a detailed plan for disposal of material removed from the sanitary sewers. This plan shall include but will not be limited to, name and address of disposal site and vehicle permit numbers. 2.3.12 REMEDIATION OF BACKUPS INTO BUILDINGS a) Backups into buildings that occur during cleaning or other operations shall be remediated using the services of a local firm specializing in cleaning and disinfecting residences and businesses. The firm used by the CONTRACTOR shall be approved prior to issuance of Notice-to-Proceed, and shall provide a protocol that will be implemented for various scenarios that may occur. b) Upon discovery that backup has occurred, the CONTRACTOR will immediately notify the Water Department Field Representative who will investigate the incident. Contractor shall dry up the spill immediately and dispatch the cleaning service to professionally clean and disinfect the area. Cleaning service firm shall be at the customer site within three hours of notification of backup occurrence,or otherwise scheduled by customer.All communication will be through the Water Department Field Representative. c) Documentation shall be provided of remediation provided. Should customer refuse the remediation services, CONTRACTOR shall provide a business card and contact name should customer want to schedule remediation at a later date. Refusal of remediation services shall be documented by CONTRACTOR 2.3.13 FINAL ACCEPTANCE: Acceptance of sewer line cleaning shall be made upon the successful completion of cleaning and shall be to the satisfaction of the ENGINEER. If CCN D-7 2000181—Attach D_1222_BSD.doc inspection shows the cleaning to be unsatisfactory,the CONTRACTOR shall be required to re-clean and CCN inspect the line segment until the cleaning is shown to be satisfactory, at no cost to the Owner. Heavy cleaning may be authorized by the ENGINEER where normal cleaning methods specified herein have been proved inadequate. Final acceptance of manholes cleaned by the CONTRACTOR shall be made by the ENGINEER. based on visual inspection of the manholes. DIVISION 4 - SEWER FLOW CONTROL 2.4.1 MAXIMUM ALLOWABLE FLOW DEPTH: When sewer line depth of flow at the upstream manhole of the line segment being worked is above the maximum allowable for television inspection or as specified by the ENGINEER, the flow shall be reduced to the level specified in Division 4 by operation of pumps, temporary plugging or blocking of the flow or by pumping and bypassing of the flow as specified. 2.4.2 PLUGGING OR BLOCKING: Plugging or blocking of sewer line shall not be allowed without pre approval by the CITY. If approved by the CITY a sewer line plug shall be inserted into the line upstream of the section being worked. The plug shall be so designed that all or any portion of the sewage can be released. During CCN inspection,flow shall be reduced to within the limits specified in DIVISION 4. After the work has been completed,flow shall be restored to normal pre inspection conditions. 2.4.3 PUMPING AND BYPASSING: When pumping and bypassing is required to avoid potential backups or surcharging, the CONTRACTOR shall supply all necessary pumps. conduits. and other equipment to divert the flow of wastewater around the manhole section in which work is to be performed. The bypass system shall be of sufficient capacity to handle existing flow plus additional flow that may occur during rainfall events.The CONTRACTOR will be responsible for furnishing the necessary labor and supervision to set up, operate, and maintain the pumping and bypassing system. If pumping is required on a 24-hour basis, engines and motors shall be equipped in a manner to keep noise to a minimum. 2.4.4 FLOW CONTROL PRECAUTIONS: When flow in a sewer line is plugged blocked, or bypassed, sufficient precautions must be taken to protect the sewer lines from damage that might result from sewer surcharging. Under no circumstances will overflows be permitted by the CONTRACTOR. Further precautions must be taken to ensure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers involved.The CONTRACTOR shall be solely liable for damages due backups overflows or system bypasses that result from the Contractor's negligent work activities related to this project. D-8 2000181—Attach D_1222_SSD.doc DIVISION 5 - POST TELEVISION INSPECTION INTENT OF TELEVISION INSPECTION: After cleaning, all line segments shall be visually inspected by means of a closed circuit color television camera.The purpose of the television inspection work shall be to ensure that the cleaning work completed by the CONTRACTOR meets the intent of these specifications and documents the structural condition of the pipe. The equipment shall allow for a complete, front-view inspection of the service or tap connection from the main sewer.The inspection will be done one line segment at a time and the flow in the segment being inspected will be suitably controlled as specified (see Sewer FLOW CONTROL). 2.5.1 PRE-CLEANING TELEVISION INSPECTION (PRE-TV) -Where the pipe depth at either manhole is 4 feet or less as measured from the pipe invert to the surrounding ground surface, the line segment shall be televised prior to cleaning for the purpose of identifying shallow service laterals that may be prone to backups. Pre-TV Inspection shall conform to the same procedures as Television Inspection. If hydraulic pressure is used to string the line prior to televising or used to propel the camera,the hydraulic pressure during Pre-Cleaning TV Inspection shall not exceed 500 psi. It may be necessary for a minimum of 2 normal cleaning passes prior to Pre-TV inspection to obtain a clear view of the pipe. No additional compensation will be made for this cleaning. 2.5.3. TELEVISION INSPECTION PROCEDURES: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera lens shall have not less than a 65 degree viewing angle and shall have either automatic or remote focus and iris controls. The camera shall be capable of spanning 360 degrees in the vertical axis and 270 degrees on the horizontal axis.The camera shall be equipped with at least 1,500 LF of camera cable and have pan and tilt capabilities to allow up close and right angled inspections of defects and other significant observations. The camera, television monitor, and other components of the video system shall be capable of producing picture quality in color to the satisfaction of the OWNER'S Representative or the ENGINEER and if unsatisfactory, no payment shall be made. The camera shall be moved through the line from the upstream manhole at a moderate rate,stopping when necessary to permit proper audio and written documentation of cleanliness of the pipe and any visible defects. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, powered rewinds, or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. If during the inspection operation the television camera will not pass through the entire line segment due to obstructions which could not be removed during heavy cleaning,the CONTRACTOR shall set up his equipment so that the inspection can be performed from the opposite manhole. If again the camera fails to pass through the entire manhole section the inspection shall be considered complete and the ENGINEER shall be notified.The image shown shall be clear and shall show defects and/or service connections in the pipe. When manually operated winches are used to pull the television camera through the line.telephones or other suitable means of communication shall be set up between the two manholes of the section being inspected to ensure adequate communications between members of the crew. 2.5.4 DISTANCE MEASUREMENT:The importance of accurate distance measured is emphasized. Measurement for location of defects shall be above ground by means of a distance measuring device as approved by the ENGINEER. Marking on the cable or the like that would require interpolation for depth of manhole will not be allowed. Accuracy of the distance meter may be reviewed and approved by the OWNER or ENGINEER for each line segment that has been properly cleaned and televised. D-9 2000181_AttachD_1222_SSD.d cc 2.5.5 DOCUMENTATION OF TELEVISION INSPECTION: Documentation of the television inspection results shall be as follows: a) TELEVISION INSPECTION LOGS: Printed location records shall be provided by the ENGINEER and shall be kept and maintained by the CONTRACTOR. These shall clearly show the stationing location in relation to the upstream manhole of each observation during the inspection points of significance such as locations of building sewers. Unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded and a copy of such records wild be supplied to the OWNER and ENGINEER. Observations shall be recorded by the CONTRACTOR on field forms provided by the ENGINEER. The CONTRACTOR shall provide an intelligible audio description in English of each observation including the location of the line segment at the same time that the inspection is performed. As a minimum the tape shall show manhole numbers and footage at all times. b) VIDEOTAPE RECORDINGS.The purpose of tape recording shall be to supply a visual and audio record of all line segments that are televised.Videotape recording playback shall be at the same speed that it was recorded.Slow motion or stop-motion playback features may be supplied at the option of the CONTRACTOR.Title of the tape shall remain with the OWNER. The CONTRACTOR shall have all video tapes and necessary playback equipment readily accessible for review by the OWNER or ENGINEER during the project. Each videotape and associated log sheets and field forms shall be submitted to the ENGINEER for review no later than two days after the completion of the tape. The videotape including the audio portion shall be a deliverable and will be required for completion of the work for each segment televised. The videotape shall be indexed with the line segments recorded on the tape listed on the videotape label. 2.5.6 TELEVISION INSPECTION AND NOTIFICATION: The following are the requirements for notifying affected customers of TELEVISON INSPECTION and PRE-CLEANING TV activities. All procedures must be followed. a) A notice ("flyer") in English and Spanish shall be provided to each residence and business a minimum of two (2) full working days prior to any TV operations in the area. The Pre-Notification flyer will inform the occupants of the purpose of the work, what might possibly occur,and telephone numbers to call in case of questions or problems. The master flyer for Pre-Notification will be provided to the Contractor for use in making all necessary copies of flyer on white paper for distribution to residences and businesses. b) CONTRACTOR shall on a daily basis document all distribution of flyers. Documentation at a minimum shall include map showing areas notified,date, and name of person completing the notification. c) CONTRACTOR shall provide Post-Operations notification in English and Spanish of all residences and businesses after all work in an area is completed. The master flyer for Post-Operations Notification will be provided to the Contractor for use in making all necessary copies of flyer on white paper for distribution to residences and businesses. Documentation of the Post-Operation Notification shall be provided using the same procedures as outlined in item (b) above. d) CONTRACTOR shall schedule work to be completed within five (5) working days from the day notices are distributed. Should the work not be completed in the notified area before the end of 5 working days, the area will be re-notified. D-10 2000181—Attach D_1222_BSD.doc SECTION 3 - CONTRACTOR RESPONSIBILITIES Municipal and other governmental licenses and permits the CONTRACTOR shall obtain approvals or consent from utilities or carriers such as the telephone companies or other persons or organizations upon whose proper or authority performance of work under the contract might impinge. The CONTRACTOR shall request written release from responsibility for the performance of work under the contract if and to the extent such work is precluded by the inability to obtain such approvals or consent. The CONTRACTOR shall review all available information pertinent to the site of the project including reports prepared under previous accomplished studies or surveys and any other data relating to the design of the project, including maps drawings, construction specifications, sewer system records, etc., as provided by OWNER. The CONTRACTOR shall obtain all fresh water necessary for performance of work under the contract from fire hydrants at the site of work or from other suitable designated sources approved by the OWNER. All costs associated with obtaining fresh water for performance of work are the responsibility of the CONTRACTOR. The CONTRACTOR shall notify third parties (such as public utilities and the telephone company) of the Contractor's intent to perform work in an area where such parties may have rights to underground property or facilities and request for maps or other descriptive information as to the nature and location of such underground facilities or property and assurance of the Contractor's ability to enter upon any public or private lands to which access is required for performance of the work under the contract. The CONTRACTOR shall obtain a secure storage area of a size adequate to accommodate the required equipment, vehicles, and materials for the period of performance of the agreement. The CONTRACTOR shall arrange traffic control when the safety of work or the public requires such protection or as may be otherwise specified. The CONTRACTOR shall dispose of all materials removed from the cleaning and TV operations conducted by the CONTRACTOR at an approved Facility. Costs associated with the removal, transport, and discharge of such materials shall be considered incidental to the project and shall be the responsibility of the CONTRACTOR. The CONTRACTOR shall obtain all necessary permits for hauling and disposal of liquid waste in accordance with City of Fort Worth Ordinance 9978. At the Pre-Project Meeting, the CONTRACTOR shall provide the ENGINEER a written plan detailing the CONTRACTOR'S debris disposal plans. The CONTRACTOR shall have the ability to communicate with all crews and the ENGINEER at all times. The CONTRACTOR shall have a cellular telephone with a LOCAL telephone number and a LOCAL pager number at which the superintendent can be reached at any time while the work is under way The CONTRACTOR shall provide daily notification of work locations to the OWNER and the ENGINEER. CONTRACTOR shall also notify the OWNER and ENGINEER in the eventthat a point repair is to be made or if lodged equipment causes an overflow. The CONTRACTOR shall maintain a log of incidents and customer complaints.The log shall include date and time of call or incident, nature of complaint and resolution if any. Log shall be made available to OWNER or ENGINEER upon request. All cleaning and CCTV inspections shall be documented on forms provided by the ENGINEER. The CONTRACTOR shall route all requests for City Action through the ENGINEER. D-11 2000181—Attach D_1222_BSD.doc The CONTRACTOR shall obtain written permission for access to private property where easements are inadequate. SECTION 4 - OWNER'S RESPONSIBILITIES The OWNER shall provide a manhole-numbering system for all areas of the project and approximate manhole invert elevations based on available records when required for the performance of the work. The OWNER shall provide for the shut-down or manual operation of certain pump stations if such becomes necessary for performance of the work. The OWNER shall provide authorization to perform work that must be performed during nighttime hours or weekends or on holidays. The OWNER shall review and respond to all submittals and written requests submitted by the_ CONTRACTOR. The OWNER shall provide for the exposure of all non-accessible manholes if necessary. The OWNER shall provide manholes to drilled with adequate vent holes and placed by CONTRACTOR in upstream and downstream manholes that require Shallow Line Step Cleaning. The CONTRACTOR should request the OWNER'S assistance only after making every attempt to locate and expose the manhole on his own. SECTION 5 - MEASUREMENT AND PAYMENT All measurements shall be as specified or made by conventional means with accuracy, consistent with field conditions and common practice.Should a discrepancy in measurement exist that is greater than 3%, the item in question shall be re-measured by both the CONTRACTOR and OWNER Representative for verification. A method of distance measurement acceptable to the ENGINEER shall be provided by the CONTRACTOR. CONTRACTOR is responsible for obtaining all measurements for payment purposes. Measurements for payments shall be based on the following schedule: NOTIFICATION OF BUSINESSES AND RESIDENTS shall be considered incidental to the project and no additional compensation will be allowed. NORMAL CLEANING shall be paid at the unit price bid per linear foot of each size pipe for actual pipe cleaned. Measurement of the actual number of feet cleaned shall be made from center of manhole to center of manhole.When a partial line segment is cleaned. measurement shall be made from center of manhole to termination point of actual cleaning. HEAVY CLEANING shall be paid for at the unit price bid per linear foot of each size pipe for actual footage cleaned and shall be in addition to the normal cleaning unit price. Line segments scheduled for internal television inspections shall be assigned by the ENGINEER and at his sole discretion. Based on the results of follow up internal television inspections required under this contract,the CONTRACTOR will be required to perform additional cleaning at no additional cost to the OWNER if the television work shows that initial cleaning is inadequate or incomplete. D-12 2000181—Attach D_1222_BSD.doc INTERNAL BUILDING REMEDIATION shall be considered incidental to the work and shall not be considered for payment. PLUGGING OR BLOCKING of the sewer flow shall be considered incidental to the work and shall not be considered for payment. PUMPING AND BYPASSING of sewer flows shall be paid for at the unit price bid per setup plus the unit price bid per hour of operation upon approval of the ENGINEER. TELEVISION INSPECTION of the sewer lines shall be paid for at the unit price bid per linear foot actually televised of each size pipe. Reverse setups when approved by the ENGINEER and performed shall be incidental to the project and no additional compensation will be allowed. Measurement of the actual number of feet inspected shall be made from center of manhole to center of manhole. If reverse setups (a situation that arises when the television camera cannot pass through the line segment, making it necessary to reverse the positions of the television equipment to the downstream manhole and enter the sewer from the opposite direction) are required during television inspection, the per foot cost of television inspection will be paid for the actual footage televised. The quality of the Television Inspection shall be to the satisfaction of the OWNER'S Representative or the ENGINEER and if unsatisfactory, no payment shall be made REVERSE SETUPS shall be incidental to the project and no additional compensation will be allowed. VIDEOTAPE RECORDINGS shall be considered incidental to the work and shall not be considered for payment. The upstream identifiers and footage shall be displayed on the screen at all times. POINT REPAIRS necessary to retrieve Contractor's cleaning or television equipment shall include all work associated with excavation, pipe materials, bedding, backfill, compaction, sodding, seeding, pavement replacement, restoration,flow control,testing and easement acquisition. Work associated with point repairs shall be incidental to the project and no additional compensation will be allowed. No point repairs are anticipated in this contract. PAVEMENT REPLACEMENT, per the appropriate Department of Transportation and Public Works detail,shall be incidental to the project and no additional compensation will be allowed. No pavement replacement is anticipated in this contract. MANHOLE EXPOSURE No manhole exposures are anticipated in this contract. D-13 2000181_Attach D_1222_BSD.doc ATTACHMENT "E" SANITARY SEWER MAIN M-1-1-1 CONDITION ASSESSMENT& DRAINAGE AREA EVALUATION STUDY PROJECT NO. PS170-070170410020 INTERNAL TELEVISION PROCEDURES: Guidelines for Television Inspection Data Collection: Guidelines are written to ensure consistency of data collection and not for the express purpose of defining step-by-step instructions. The firm responsible for conducting television inspection of sanitary sewer lines is expected to use their experience and best professional judgment during all phases of television inspection. Procedures for television inspection and data collection include, Planning, Safety, Set-Up, Equipment, and Inspection and documentation. Planning: Sanitary sewers scheduled for television inspection shall be clean prior to television inspection. Sanitary sewer mains must be laced with enough water to fill all low points. The television inspection must be done immediately following the lacing of the main with no water flow. However, if inspection is to be performed while line is active, existing flow condition should be considered before television activities are scheduled. High flow conditions during daytime hours may require the scheduling of television during nighttime hours or off peak flow condition (Typically 2:00 A.M. to 5:00 A.M) High flow conditions may also exist during and after rainfall events. The City of Fort Worth Water Department staff may have field knowledge that may aid in identifying a low flow time period. Flow conditions shall exist or be suitably controlled so the depth of wastewater flow, as measured in the manhole, should not exceed the following: • 6 — Inch to 10 — Inch Diameter pipe: 20 % of pipe diameter • 12 — Inch to 24 — Inch Diameter Pipe: 25 % of pipe diameter • Over 24— Inch Diameter Pipe: 30 % pipe diameter When the depth of flow at the upstream manhole of the sewer segment being televised is above the maximum allowable for television inspection, the firm has a choice of alternatives that would allow for compliance. The possible alternatives to lower levels are by temporarily restricting the flow with mechanical device, or by performing bypass pumping. Another alternative would be to schedule work at off peak flow hours. Safety: Planning, and addressing safety concerns for traffic and confined space entry must be considered before work begins to ensure that the field crews follow proper procedures. Entrance into any manhole is considered a Permit Required Confined Space Entry and all NIOSH-OSHA and City of Fort Worth safety standards are applicable and compliance is mandatory. Where manholes are located in the street or driveways, adequate traffic safety devices, including safety cones, signs, flashing lights and other necessary safety E-1 2000181_AttachE_00.1222_BSD.Coc equipment must be used. The City Of Fort Worth and the Texas Department of Transportation requires traffic safety procedures to be followed according to the "Texas Manual for Uniform Traffic Control Devices — Part 6" when working in street or highway right-of-way. The firm must provide the department with a letter of intent to follow all applicable federal, state and local safety standards as necessary for the work to be performed. This submittal shall also include the name of the firm's safety coordinator with a description of his/her job duties and level of responsibility. Failure to meet safety standards will result in immediate shutdown of field crew and mandatory meeting with City of Fort Worth management personnel. Equipment Selection: The television inspection equipment used for the inspection shall be one specifically designed and constructed for such inspection. There are several configurations of closed-circuit system for sewer inspection that can be used by the firm. The unit must meet the following features: • Power for operation generated on site for such operation. • Power control • Transport winches • Video (color) and lighting control • Recording equipment and documentation capability • Communication equipment such as radio or telephone or any other suitable mean Each equipment format has unique advantages and disadvantages; however, systems that allow the television operator to control both the speed and travel of the camera and that allow for remote control of camera itself are most efficient and provide the highest quality pictures. The field condition will dictate the selection of camera, skids, floats or other television inspection equipment and/or technique. To assure that maximum quality and accuracy in television inspection is obtained for the City of Fort Worth the following minimum video equipment standard will apply. • Equipment will have an accurate footage counter that displays on the monitor and is recorded on the VHS tape during the entire inspection • Footage counter shall be able to maintain measurement accuracy within 2 percent. • Camera height shall be adjustable. • Remote and/or automatic focus and aperture control. • Simultaneous audio recording • Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera lens shall have not less than a 65-degree viewing angle and shall have either automatic or remote focus and iris controls. The camera shall be capable of spanning 360 degrees in the vertical axis and 270 degrees on the horizontal axis. The camera shall have pan and tilt capabilities to allow up close and right-angled inspections of defects and other significant observations. E-2 2000181—Attach E 00-1222 BSD.dcc • The camera, television monitor, and other components of the video system shall be capable of producing picture quality in color to the satisfaction of the OWNER'S Representative or the ENGINEER and if unsatisfactory, no payment shall be made. Inspection and Documentation: • The videotapes shall be recorded in VHS format at standard play speed. (SP Mode) • The original VHS tapes shall be rated high quality or better and shall become the property of the City of Fort Worth. • The camera height shall be adjusted such that the camera lens is always positioned at one half the sewer inside diameter or higher during actual inspection and taping. The operator shall verbally identify on the videotape approximate height of the camera lens in the sewer line prior to pulling the equipment through a given sewer line segment. • The lighting system shall be adequate for quality pictures. • The video will be color, unless the City gives written approval for black and white riff to the inspection. • At the beginning of each line segment, the following information, at a minimum, will be entered on the video screen and recorded on the video tape; main/lateral number, beginning and ending manhole stations, direction of travel (upstream/downstream), line diameter, date and time of inspection. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. While taping the line segment, date, footage and main/lateral number will be constantly displayed generally on the lower center portion of screen. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. • When inspection requires viewing the lower portion of screen the display shall be movable. The footage counter should also include the actual line stationing, if available. • The camera shall stopped at all defects so that the clear picture of the defect remains on the video screen for a period of time long enough for operator to verbally describe and document the defect on the tape, usually ten to thirty seconds. Camera shall stop at all service connections, pan and tilt in such a manner as to allow for proper documentation and inspection of service laterals. • In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, powered rewinds, or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. The camera shall be moved through the line in either direction. The image shown shall be clear and shall show defects and/or service connections in the pipe. E-3 2000181 AttachE 00-1222 BSD.doc • The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. • When manually operated winches are used to pull the television camera through the line, telephones, portable radios, CB, walkie talkies, or other electronic means of communication shall be set up between the two manholes of the section being inspected to ensure adequate communications between members of the crew. Each videotape delivered to the City will be permanently labeled and should include the following information: Project Title: Inspection Dates: Main/Lateral Number: Upstream MH No.: Downstream MH No. D.O.E. No. (If applicable) Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. The Contractor upon request of the Engineer shall take instant developing, 35 mm, or other standard-size photographs of the television picture of problems, as long as such photographing does not interfere with the Contractor's operations. As noted above, general information about the line segment inspected, defects noted and the defect problem will be documented on the television inspection form. Inspection that is to be documented includes the following: • General information; main/lateral number, inspection date, camera travel direction, upstream & downstream manhole number etc. • Line material, diameter of pipe; pipe joint length and overall footage inspected. • The location and description of each sewer defect including each service lateral connection. The inspection form shall correspond to pipe footage and counter displayed on the videotape. Quality Data Review: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. The Contractor for review of the tapes shall provide equipment to the City. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. E-4 2000181 AttachE 00-1222 BSD.doc If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. It is the City of Fort Worth's intent and goal to obtain accurate, complete and uniform field data from television inspection activities. To assist in accomplishing this goal, the City has prepared these guidelines and requirements. The firms conducting television inspections are required to employ personnel as necessary to check field data for conflicts, consistency, completeness and accuracy of data as compared with other filed data, City supplied drawings and other City supplied data. A log of all deviations found in field v/s as designed should be maintained. Deviations and questionable data shall be submitted to the City of Fort Worth for verifications. E-5 2000181 Attach E 00-1222 BSD.doc ACORD. CERTIFICATE OF LIABILITY INSURANCE 0ii31// 20001 PRODUCER McLaughlin Brunson Insurance Agency THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 10925 Estate Lane HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Suite 250 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas TX 7523S ( INSURERS AFFORDING COVERAGE INSURED Dunaway Associates,Inc. INSURER A Design Professionals Insurance Co. 1501 Merrimac Circle INSURER B: Suite 100 INSURER C: Fort Worth TX 76107 INSURER Da INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRTYPE OF INSURANCE POLICY NUMBER POLICY EFFECTNE POLICY EXPIRATION LIMITSLTR DATE MM/DD/YY DATE MM/DD/YY GENERAL LIABILITY EACH OCCURRENCE S COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ CLAIMS MADE r-1 OCCUR. MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEHL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S POLICY PRO- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea eocident) $ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per acddent) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR F1 CLAIMS MADE AGGREGATE $ S DEDUCTIBLE $ RETEN*!ON S - WC _ $ STATU- - OTIi- WORKERS COMPENSATION AND I TORY LIMITS I FR EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT I S A OTHERProfessional PL517822 04/28/1999 04/28/2002 $2,000,000 Per Claim Aggregate DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Sanitary Sewer Main M-1-I-1 Condition Assessment&Drainage Area Evaluation Study-Project#PS170-070170410020 The claims made professional liability coverage is the total aggregate limit for all claims presented within the annual policy period and is subject to a deductible. I CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Fort Worth DATE THEREOF,THE ISSUING INSURER WILL ENDEAVGR-TO MAIL 30 DAYS WRITTEN Attn: Chris Harder,P.E. NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,-BW-FA t UREiO-le Bk?BHAEL -MAPO E Nf)06WA7R8*GRiiABlUiir e Tr INBHREft #AENTfi OR 1000 Throckrnorton Street -REPREBEraFAT94Ee. Fort Worth TX 761 02-6311 AUTHORIZED REPRESENTATIVE ACORD 25S(7/97) ©ACORD CORPORATION 1988 ENGINEERING CONTRACT Project Name: Sanitary Sewer Main M-1-1-1 Condition Assessment& Drainage Area Evaluation Study Basin No. M-1-1-1 Project No.: PS170-070170410020 Project Manager (WD): Chris Harder, P.E. Project Manager (Consultant): James E. DeOtte, P.E., R.P.L.S. Submitted by: James E. DeOtte, P.E., R.P.L.S., Vice President Date of Submittal: January 12, 2001 Date of Execution: 116)FFBA, PEC00 �D CR SEUmpff City of Fort Worth, Texas "favor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 2/13/01 **C-18456 1 60SEWER111 1 of 2 SUBJECT ENGINEERING AGREEMENT WITH DUNAWAY AND ASSOCIATES, INC. FOR THE SANITARY SEWER MAIN 1-1-1 CONDITION ASSESSMENT AND DRAINAGE AREA EVALUATION STUDY RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Dunaway and Associates, Inc. in the amount of $509,997.13 for the Sanitary Sewer Main 1-1-1 Condition Assessment and Drainage Area Evaluation Study. DISCUSSION: F Sanitary Sewer Main 1-1-1 is a major collector sewer that conveys wastewater flows from the West Fork and the Clear Fork of the Trinity River drainage basins. In addition, it serves areas around downtown Fort Worth. Main 1-1-1 was installed in the early 1920's and is reaching the end of its design life. Recent structural failures have highlighted the need to evaluate this sewer line. Under this agreement, the engineer will clean Main 1-1-1, perform closed-circuit television (CCTV) inspection, analyze the structural condition of the pipe, and conduct field investigations to assess the overall pipe condition. In addition, the engineer will conduct flow and rainfall monitoring in order to determine the base and wet weather wastewater flows. The wastewater flow information will be evaluated to verify current capacity utilization, project future demand, and determine a schedule for capacity improvements. Several of the oldest neighborhoods in Fort Worth, located to the north and east of downtown, are currently served by Main 1-1-1. As part of this agreement, the engineer will clean the smaller sewer collection lines, conduct CCTV inspection, and field investigate approximately 60,000 lateral feet of small diameter wastewater collection lines providing service to these neighborhoods. Data from the field activities will be used to identify infill/infiltration sources, assess the condition of the wastewater collection lines, and prepare rehabilitation recommendations to eliminate sanitary sewer overflows and backups within these neighborhoods. This project is located in COUNCIL DISTRICTS 8 and 9. Dunaway and Associates, Inc. is in compliance with the City's M/WBE Ordinance by committing to 61% M/WBE participation. The City's goal on this project is 50%. s h City of Fort Worth, Texas "ayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 2/13/01 **C-18456 60SEWER111 2 of 2 SUBJECT ENGINEERING AGREEMENT WITH DUNAWAY AND ASSOCIATES, INC. FOR THE SANITARY SEWER MAIN 1-1-1 CONDITION ASSESSMENT AND DRAINAGE AREA EVALUATION STUDY FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. MG:k t Submitted for City Manager's FUND ACCOUNT I CENTER J AMOUNT CITY SECRETARY Office by: (to) Mike Groomer 6140 � N"OVED Originating Department Head: VI 1 1 COUNCIL (� f Dale Fisseler 8207 (from) FEB 13 2QI P170 541200 070170410020 $509,997.13 Additional Information Contact: Ci4y Semlary of thtR Dale Fisseler 8207