Loading...
HomeMy WebLinkAboutContract 27845 CITY SECRETARY 3ONTRACT NO. I u C J 0 :58 l iv CITY OF FORT WORTH,TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Wade & Associates, Inc., (the"ENGINEER"), for a PROJECT generally described as: MAIN 286 AND CDSL32-T DRAINAGE AREAS SANITARY SEWER SYSTEM EVALUATION AND IMPROVEMENTS P171-070171140030 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 �OFFP DQE GIEQN@ ��EVIE'E�G)ti r 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. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the -1- property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. -3- (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or qualify of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise(M/WBE) participation In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3)years. -4- J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three (3)years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits 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 -5- 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 document that insurance coverages specified according to items section K.(1) and K.(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation, non-renewal or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self-insured retentions, affecting insurance required herein may be acceptable to the CITY at its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (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 -6- 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. Q) 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 relationships 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 -7- 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. O. Permitting Authorities -Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits,and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's -8- y - 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 D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. 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 -9- 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-parry beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. -10- Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with five (5) days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; C) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. -11- (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 parry 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. 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. -12- 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 Attachment C -Amendments to Standard Agreement for Engineering Services Executed this&day ATTEST: CITY OF FORT WORTH I , Marc Ott h�-3 f 4L City Secretary Assistant iry Manager Qi APPROVED Contract Authorization Data 4,r Dale A. Fisseler, P.E. Director, Water Department APPROVED AS TO FORM AND LEGALITY WADE &ASSOCIATES, INC. ENGINEER Assistant Ci Attorney Mark G. Wade, P.E. President s 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." "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 study, recommendations, 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 completion of the study or design of the proposed wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnical Investigations The Engineering 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 study or plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. A-1 5) Report and Design Changes Relating to Permitting Authorities If permitting authorities require changes, the Engineer shall revise the study, plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Map, Report, and Plan Submittal Copies of the base maps, report, and original plans shall be provided to the Water Department and shall become the property of the City. This shall include plans provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering. City may use such map, report, or drawings in any manner it desires; provided, however that the Engineer shall not be liable for the use of such map, report, or plans for any project other than the project described herein; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the map, report, and drawings, or changes that are made in the implementation of the report without the written approval of the Engineer. Phase 1 (Design) 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the completion of the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits, and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four(4)copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall furnish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to the proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the exiting lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. A-2 10) Conceptual Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for water/wastewater facilities. Then Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. Phase 2 (Design) 11) Report and Design Data The Engineer shall provide in the report cost data on rehabilitation of manholes, 1/1 defects, and capacity improvements under the study phase and design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probably construction cost under the design phase. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. Phase 3 (Design) 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four (4) copies of the detailed cost estimates of probable construction costs for manhole and pipeline rehabilitation (study) and the authorized construction project (design), which shall include summaries of the unit costs and corresponding quantities. 15) Plans and Specification Approval The Engineer shall furnish an original mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. A-3 i Phase 4 (Design) 16) Final Approved Construction Plans The Engineer shall furnish 40 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. When substitution prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for cleaning and closed circuit television inspection (study) and for construction, materials, equipment, and services(design). Phase 5 (Design) 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Sewer Cleaning and CCN Project Management The Engineer shall be available to the City on matters concerning the layout of the project during its execution. 22) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. A-4 • M 23) Site Visits The Engineer shall visit each scheduled cleaning site or construction project site at appropriate intervals as cleaning and CCTV inspection work or construction proceeds to observe and report on the progress and the quality of the executed work. 24) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 25) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 26) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 27) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. A-5 ATTACHMENT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") Project No. P171-070171140030 Part 1 -Main 286 and CDSL32-T Drainage Basins Sanitary Sewer System Evaluation and Improvements Part 2—Clear Fork Drainage Basin Sanitary Sewer Rehabilitation& Improvements—Part II Part 3—Assessment and Pre-Design of the City of Benbrook Permanent Wastewater Metering Stations Part 4—Management of City-Wide Large-Diameter Sanitary Sewer Cleaning Program Part 5—Clear Fork Drainage Basin Wastewater Drainage Basin Flow Characterization The following is a description of the tasks that the ENGINEER will perform for each Part under this engineering agreement. PART 1—SANITARY SEWER SYSTEM EVALUATION&IMPROVEMENTS IN THE MAIN 286 AND CDSL32-T DRAINAGE BASINS The proposed evaluation and improvement project in M-286 and CDSL32-T drainage areas is an integral part of the City's wastewater program to eliminate and prevent sanitary sewer overflows(SSO)and bypasses in the wastewater collection sytem,in order to comply with U.S. EPA proposed regulations known as Capacity,Management,Operations,and Maintenance(CMOM). The two basins comprise approximately 365,000 feet of sanitary sewer that discharge to the Clear Fork interceptor sewer system.Previous investigations by the City and current reports by Field Operations have identified wet-weather SSO locations and potentially numerous locations of I/I and structural deterioration in the system.A detailed sanitary sewer evaluation survey(SSES)is proposed under Part 1 in order to prevent SSOs through cost- effective sewer system rehabilitation and improvements. PART 2—DESIGN OF SANITARY SEWER REHABILITATION&IMPROVEMENTS(PART II) IN THE CLEAR FORK DRAINAGE BASIN The CITY has identified, from a previous study, approximately 13,700 linear feet of sanitary sewer that need rehabilitation in the Clear Fork Drainage Basin. Rehabilitation may require full replacement, trenchless rehabilitation,or partial replacement.Realignment of certain sanitary sewers may also be required as part of this project.Plans and specifications,including all bid documents,will be prepared in compliance with CITY standards as issued through the Department of Engineering. The ENGINEER will also provide certain technical assistance during bidding and construction phases of the project. Al - 1 PART 3—ASSESSMENT AND PRE-DESIGN OF THE CITY OF BENBROOK PERMANENT WASTEWATER METERING STATIONS The City of Benbrook discharges wastewater into the City of Fort Worth wastwater collection system at several locations.These connections range from small-diameter connections to larger-diameter connections. In order to continuously monitor wastewater flows from Benbrook,a series of permanent flow metering stations will be constructed at strategic points of entry into the Fort Water sanitary sewer system.A short- term flow monitoring program will be used to determine the specific metering sites and recommended metering structure/device in order to optimize the number of stations to be constructed while taking into consideration the impact of future flows from the City of Benbrook. The final report will be used to implement future phases of the recommended metering plan.This will likely include surveying,plans and specifications, and construction-related contract documents. PART 4—MANAGEMENT OF CITY-WIDE LARGE-DIAMETER SANITARY SEWER CLEANING PROGRAM The City of Fort Worth has established an annual budget to perform city-wide large-diameter sanitary sewer cleaning.Large-diameter is defined,generally,as main sewers that are 18"inches and greater in size.Under this part,the ENGINEER will oversee and manage the cleaning contract that will be awarded through a competitive bidding process. Sites to be cleaned and televised will be determined by the CITY. Management services of the ENGINEER for cleaning and CCTV inspection of approximately 90,000 feet of large-diameter pipeline will include the following: ' site reviews • map preparation ■ review of new manhole list for construction by the CITY ■ preparation of bidding documents following CITY approved cleaning standards ■ assistance in bidding ■ contract award • periodic inspections ■ general administration during active phases of the project :NGINEER review of cleaning and CCTV inspection data The will prepare a final report of findings and recommendations for follow-up maintenance and rehabilitation. PART 5—CLEAR FORK DRAINAGE BASIN WASTEWATER FLOW CHARACTERIZATION The ENGINEER will conduct a wastewater flow characterization study of the sanitary sewer system included in the Clear Fork drainage area. The study will include temporary flow monitoring at 15 locations along the main sewers in the Clear Fork drainage area to a terminating point located upstream of the entry into the deep tunnel sewer in the vicinity of the Tandy parking facilities.The ENGINEER will prepare a final flow monitoring report at the conclusion of the study. Al -2 SCOPE OF SERVICES This project has been sub-divided into five distinct and separate Parts.A detailed description of the specific tasks to be provided for each Part is further defined as follows: PART 1 —SANITARY SEWER SYSTEM EVALUATION & IMPROVEMENTS IN THE MAIN 286 AND CDSL32-T DRAINAGE BASINS A. FIELD INVESTIGATION 1. Administration and Progress Meetings Representatives for the ENGINEER and CITY will meet periodically to review progress of the study.The initial project kick-off meeting will include a review of the scope of the project,the ENGINEER's proposed schedule and milestone dates,discussion of public-outreach procedures,a review any coordination activities with wholesale customer cities, special businesses, neighborhood associations,or hospitals located within the study areas,and review the ENGINEER's final proposed deliverables. Minutes of each meeting will be recorded by the ENGINEER and submitted to the CITY within one week of the respective meeting. 2. Public Outreach Program The ENGINEER shall coordinate with the City on each phase of the public information plan for the study.The public outreach program shall include customers, City of Benbrook,Benbrook Water&Sewer Authority,major commercial customers,hospitals and allied health facilities, Hulen shopping center, and homeowners associations. The notification plan shall include all field- related services of the ENGINEER,the CITY,and the CITY's CCTV/cleaning sub-contractor. Resources are as follows: ■ Neighborhood meetings(maximum of three) • Water Department publications and web site ■ The ENGINEER's web site • Star Telegram"City Page" • City Hall bulletin board Where smoke testing is to be completed in areas that are in close proximity to residential, commercial,hospital, and industrial developments,the ENGINEER shall adhere to the public relations and notification procedures included in the Fort Worth SSES Standards. 3. Characterization of Sub-Basin III a. Site Assessment A site assessment of potential flow monitoring sites in 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. Al -3 Meter placement, once established,will determine the principal and final boundaries of the sub-drainage basins. b. Flow Monitoring Due to the nature of potential surcharge conditions in the study area collection system during intense rainfall events,the ENGINEER will install 15 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 AV,or an approved equal. The flow meters will be tailored to the characteristics of each manhole. The devices will be set to record data at an interval individually selected for each site intervals shall not exceed 15-minute. The flow meters will remain installed and operating properly for a total of 60 consecutive days beginning in September of 2002,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 8 rainfall events will be used as criteria for removing the meters during the monitoring period. The ENGINEER will adhere to a minimum once-weekly meter maintenance program. These inspections will involve a check to determine that the meter is functioning properly, a transfer of the computerized data,a check of the actual depth and velocity against the recorded readings and assessment of the self-contained power source. 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 I/I and calibrate the computer hydraulic model. c. Rainfall Monitoring The ENGINEER will also locate and install continuously recording rainfall gauges during the same 60-day base period. The gauges will be an electronic type,recording rainfall in one- hundredths of inch increments. The instruments will be checked and downloaded weekly. Data collected from each rain gauge will be analyzed to correlate peak system flows and rainfall intensity as further discussed in this section. Rain gauges at the CITY's existing permanent metering locations will be utilized by the ENGINEER. d. Flow Data Analysis 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 ranking sub-basins and calibrating the hydraulic model. • System curves will be developed for each sub-basin by comparing maximum rainfall intensity"i"expressed in inches/hour and peak system flow"Q"expressed in gallons per minute. Separate curves will be developed for both inflow and rainfall-induced infiltration, including projected flow hydrographs for the design storm events. ■ Rainfall intensity distribution using the TP-40 method will be used for sub-basins to develop a model that replicates and characterizes hydraulic behavior due to localized rainfall conditions. Al -4 4. 1/1 Identification a. Base Map The ENGINEER will produce a full set of base maps showing the most current information on the sanitary sewer system.The maps shall be in ArcView°or AutoCAD°format, showing all sanitary sewer lines and structures to be inspected. All attributes shall be annotated using the CITY's standard format and naming conventions.Where available,the ENGINEER will overlay digital orthographic aerial images and other available information such as commercial buildings, streets,contours and existing storm drainage systems into one composite map. b. Manhole Inspections All manholes identified will be inspected topside to evaluate each manhole component including the bench,trough,and pipe seal.Inspections will be designed to locate potential sources of inflow and infiltration,structural deficiencies, and maintenance-related defects such as roots and debris in the bench/invert zone.For manholes deeper than 8.0 feet,the ENGINEER will complete the inspection of the bottom portion of the manhole by manned entry or the use a pole-mounted camera from top-side.For older manhole structures,manned entry will be performed. Information from the manhole inspections shall be recorded on a standard Fort Worth SSES field form,with the latest revisions and input into the ENGINEER's database for further analysis. Photographs in digital format of all defects shall be taken.Approximately 1,070 manholes shall be inspected. c. Smoke Testing The ENGINEER shall smoke test approximately 325,000 feet of sanitary sewers within the study area to locate and verify I/I sources in the private-and public-sectors.Approximately 40,000 of"newer"sanitary sewers(constructed after 1990)will not be smoke tested. Sewers to be smoke tested shall be isolated and individually tested. A four-person field crew will conduct each test. Public notification procedures will follow those specified in the CITY's SSES Standard Manual. The ENGINEER will also coordinate with RJN Group where the respective study area boundaries of M-286 and M-189 are shared. Smoke testing shall be accomplished by injecting opaque,non-toxic smoke with high-capacity direct discharge blowers(3,500 cfin). All observed I/I sources will be recorded on standard Fort Worth SSES field forms,with the latest revisions and input in the ENGINEER's database for further evaluation. All major defects shall be photographed in digital format,referenced to the corresponding main/lateral number and station numbers,and logged for future documentation. For added clarity,field sketches shall be attached to the appropriate field form to ensure that the final defects, scheduled for rehabilitation,are presented in a manner that will optimize follow-up design and rehabilitation activities. d. Data Management All data gathered from Task A.5 shall be recorded and entered into the ENGINEER's database management system. This shall include manhole inspections,visual pipe inspections, smoke testing, CCTV inspections,cleaning and dyed-water testing.Each entry shall be accompanied by a hard copy of the field form, digital photographs,and attached electronic files in Pipedrean?with standards generally compatible with Fort Worth SSES format. Defects shall also be denoted on the base map indicating the approximate location of each major I/I source and their proximity to the main sewer system. B. ANALYSIS 1. 1/1 Data Analysis All I/I-related defects identified under Parts A.3 and A.5 will be analyzed by Pipedream°`. For each defect, a flow rate based on the model or estimated in the field will be compared to the cost of Al -5 removing that particular defect. Pipedream'` includes rehabilitation cost library that will allow ENGINEER to select the specific repair cost based on local conditions. The analysis will be specific to the CITY's past projects for pipeline and manhole rehabilitation. Where defects are inflow-related,the model will compute flow rate based on tributary area,rainfall intensity,and runoff coefficients. Orifice equations will be used for areas subject to ponding such as vented manhole lids. 1/I defects from the private sector(i.e. downspouts,uncapped cleanouts, yard drains,etc.)will also be included in the I/1 analysis. A final listing will be produced by PipedreamO,which will rank each I/1-related defect on the basis of cost/gpm. As the unit cost increases,the defect will be ranked lower on the list. The listing will also show cumulative cost and I/I removal. This will allow the CITY to select incremental I/I removal and rehabilitation plans based on future budgets. 2. Hydraulic Model a. Hydraulic Network A computerized hydraulic network will be initially developed by the ENGINEER from information included in the CITY's current electronic map of the study area. The model will include all CITY-owned sanitary sewer lines identified within the study area. Supplemental data will be gathered from existing as-built drawings,additional electronic maps, and survey records. Additional and updated information will also be collected from the measurements recorded during work described in Parts A.3 and A.S. Information collected from these records will be entered into the model. Data entry will include physical data such as rim elevation,invert elevation,pipe diameter, length of pipe between manholes, and roughness coefficients. Final continuity and connectivity checks of the network will be made and the system prepared for the hydraulic model.If necessary,the ENGINEER will verify actual field conditions in order to complete the final hydraulic network. b. Calibrated Hydraulic Model(current conditions) The hydraulic modeling module of Pipedream°will be used by ENGINEER to evaluate system capacity,existing peak wet-weather induced flows,and identify either(1)hydraulically overloaded line segments or(2) available remaining pipe capacity. Base flows for the model shall be developed from actual flow monitoring data. Flow rates for major users will be developed from water consumption records provided by the CITY. The flow rates within each line segment of the model will be developed from actual I/I defect rates determined under Part B.1. These rates will enter into the model at location where they occur. The model will analyze hydraulic behavior of the collection system and the interrelationship between I/I reduction and the net effect on relief sewer requirements. Selected design flows identified under Part A.4 and 1/I data from Part B.1 will be input into the computer network model developed under B.2.a to evaluate system behavior along all main and lateral sewers. The storm events used for analysis shall be the 2-year,and 10-year, storm events with storm durations defined by flow characteristics within each of the study areas. Flow routing will be dynamic and model peak flow hydrographs through the system to the outlet point of the study area(M-278/23+11). The model will be calibrated so that synthetic hydrographs developed from the I/I database coincide with peak flow projections developed from actual flow monitoring data. The computer model will be used to identify relief sewers required and estimated cost for(1)parallel relief, (2)replacement,or(3) rerouting where bottlenecks occurred due to downstream(backwater)or upstream(hydraulic overload)conditions. Computer output reports will display existing system physical description,capacity,and the percentage of hydraulic overload for the specified design rainfall events. ENGINEER shall Al -6 also provide, in ASCII file format,the hydraulic model components to the CITY for incorporation into the CITY's designated hydraulic modeling program HydroWORKS°. 3. Engineering Analysis An engineering analysis will be completed of the sanitary sewers within the study area.Three primary cost components will be evaluated as part of this analysis.Pipedream°` cost analysis will be conducted of 1/I removal within the study area. Estimated I/I removal rates and corresponding rehabilitation costs(expressed in units of cost/gpm)for each source of I/I identified from this study will be calculated.Added to this analysis will be the estimated system-wide relief sewer cost requirements for each incremental reduction of infiltration starting at 0%elimination.This analysis will be for current conditions,and will not consider at this point impact from future development and growth.A final total cost curve will be constructed to determine the optimal level of inflow and infiltration reduction and any additional relief sewers and/or off-line storage that still may be required after inflow and infiltration is removed from the collection system. The final analysis will include a listing of source locations to be eliminated for both private and public sectors. In addition to infiltration that is cost-effective to eliminate,the analysis will also identify locations of structural rehabilitation and normal maintenance within the Study Area collection system. 4. CCTV Tape Review As part of the engineering analysis under I.B.C.,the ENGINEER will evaluate videotape records of prior or proposed CCTV inspections conducted by the CITY. The analysis will be limited to 700 line segments within the study area. Results of the reviews will be compiled on a final, tabulated spreadsheet. In particular,the tabular listing will include the following: 1. Upstream Manhole identified by Main/Lateral number and station 2. Downstream Manhole identified by Main/Lateral number and station 3. Pipe diameter 4. Actual pipe length 5. Pipe material(s) 6. Approximate pipe age 7. Depth of pipeline 8. General description of observations 9. Surface conditions 10. Cleaning observations 11. Number of service connections 12. General manhole condition 13. Recommendations—rehabilitation 14. Recommendations—maintenance 15. Encroachment issues 16. CCTV tape reference 5. Future Growth Analysis The study area includes land that is undeveloped or under development. This includes large areas outside of the study area that discharge into the CITY's main sewers such as the City of Benbrook. In order to assess the full impact of build-out within and outside of the study area, several planning-level models will be developed.The future growth module of Pipedream°will be used for this purpose. Supplemental wastewater flows for evaluating the hydraulic behavior of the existing sewer system will be developed from land-use information provided to the ENGINEER from sources such as the following: ■ Current Fort Worth Wastewater Master Plan ■ NCTCOG Planning Forecast Data Al -7 ' City of Benbrook Master Plan(if available) Land-use types will be assigned to all undeveloped land and assigned to the one or more manhole nodes within the model,depending on drainage patterns and potential sewer extension. Under this phase,separate future growth models will be developed for up to three planning horizons.Results of each model will be evaluated and relief sewer cost estimates detemiined for each planning horizon. In addition,the cost analysis will be extended to the results of potential VI reduction from the City of Benbrook. 6. Hydraulic Gradient Analysis Key hydraulic bottlenecks will be further evaluated,for each model,where system integrity and reliability could be compromised under surcharge conditions. The computer hydraulic gradient analysis program of PipedreanP will be used to evaluate and compare the hydraulic profiles(under surcharge conditions)with profile elevations of pipe inverts,ground surface,and possible low- lying areas and basements. C. REPORT 1. Draft Report A 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 flow and rainfall monitoring,manhole inspections, smoke testing,dyed-water testing,and cleaning and television inspection. Result of 1/I quantification and identified structural rehab needs. d. Hydraulic Model-Results of computerized first-order hydraulic modeling of sewer system in the Study Area including overloaded line segments,recommended relief and/or replacement interceptor sewers,and impacts from future growth. e. Engineering Analysis and Recommendation-Summary of hydraulic analysis and cost analysis including recommendations for(1)I/I elimination(public and private sectors), (2)additional relief sewer requirements for each planning horizon,(3)structural rehabilitation requirements, (4)work associated with maintenance-related activities that can be accomplished by the CITY, and(5)follow-up implementation schedule in the Final Report. Supplemental recommendations will include(1)recommendations to accommodate future impacts from the City of Benbrook,(2)a basin-wide map showing all identified overflow locations,(3)a tabular listing of all pipelines recommended for replacement or rehabilitation and justification (i.e. chronic overflows; structural condition based on results of CCTV inspections; maintenance condition based on history and cleaning; I/I based on smoke testing),(4)a basin- wide map showing pipeline replacement and rehabilitation recommendations(including point repairs and trenchless restoration), (5)a tabular listing of all manhole replacement and rehabilitation with justification, and(6)a basin-wide map showing relief/replacement sewer plan for the full 40-year planning period. 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/I elimination vs. structural rehabilitation). Al - 8 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,computer output reports,flow monitoring 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,as described herein, shall be provided to the CITY on CDs. PART 2—DESIGN OF SANITARY SEWER REHABILITATION& IMPROVEMENTS (PART II)IN THE CLEAR FORK DRAINAGE BASIN Work under this Part includes replacement or rehabilitation of all laterals in Groups 1 through 4.This represents approximately 13,700 feet of existing small-diameter sanitary sewers. The locations of this work are as follows: Group Main Lateral rTuM.. DSMN Length Comments Total 1 M-196 n/a 109+38 93+00 1,638 1 M-186 L-5328 6+11 0+00 611 1 M-186 L-5329 3+33 0+00 333 1 M-186 L-6661 1+90 0+00 190 1 M-207R L-4374 779 3225 Alta Mere Blvd. Group 1 3,551 3,551 2 M-311 L-2862 14+17 10+97 320 2 M-311 L-4500 2+86 0+00 286 2 M-311 L-3269 3+10 0+00 310 2 M-311 L-3270 2+00 0+00 200 2 M-311 L-3658 5+34 0+00 534 2 M-311 L-3658 9+18 8+27 91 2 M-311 L-3658 13+73 11+29 244 2 M-311 L-2862 4+70 3+32 135 2 M-311 M-190 48+71 46+53BK 218 2 M-311 M-190 51+11 48+71 240 Group 2 2,578 2,578 3 M-211 n/a 47+12 45+04 208 M-311 drainage area 3 M-211 n/a 51+89 48+15 374 M-311 drainage area 3 M-211 n/a 75+81 63+90 1,191 3 M-311 L-3104 2+70 0+00 270 3 M-311 L-4525 8+10E 2+48 562 3 M-311 L-4526 1+48AHD 0+00 148 DSMH=M-211/64+43 3 M-311 L-4901 6+32 0+00 632 3 M-311 1-vv 20+15E 12+52 763 Al -9 Group 3 4,148 4,148 4 M-311 L-3965 14+84 14+50 34 4 M-186 n/a 205+37 210+99 338 4 M-311 L-5262 25+51 20+53 498 4 M-311 L-5405 0+74 0+00 72 DSMH=M-190R/1+11 4 M-311 L-5406 8+22 1+73 649 4 M-311 L-5406 8+38E 8+22 14 4 M-311 L-5406 1+73 0+00 173 4 M-311 L-6695 2+68 0+00 268 4 M-311 L-3269 7+50 3+10 440 4 M-311 L-3270 7+00 2+00 500 4 M-311 L-6072 14+47 11+13 400 Group 4 3,386 3,386 Total All Groups 13,663 Upon receipt of notice-to-proceed,the ENGINEER will perform the following tasks: A. CONCEPTUAL DESIGN 1. Initial Data Collection a. Coordination Meetings Attend and document meetings, as required,to discuss and coordinate various aspects of the project. For purposes of establishing a level of effort,four(4)meetings are anticipated. These include the following: ■ One pre-design meeting Water Department's Project Manager. • Two review meetings at completion of the CITY's review of Part 2.A. • One pre-bidding meeting(to be scheduled after completion of Part 2.13). b. Coordination with Other Agencies The ENGINEER will consult with the CITY's Water and Engineering Departments and other CITY departments,public utilities, state agencies,railroads, and private utilities to gather information on underground utilities and other facilities that have an impact or influence on the project. This includes limits of private property that may be impacted in the construction of the project. c. Right-of-Way Preparation The ENGINEER will prepare legal descriptions and plot maps on 8.5" x 14" standard sheets for up to eight(8)temporary and up to two(2)permanent easements required. In addition,the EINGINEER will prepare up to eight(8)right-of-entry permits. ENGINEER shall conduct research of existing easements. Temporary and permanent easements shall be delineated on plan sheets. Two(2)copies of all legal descriptions shall be submitted to CITY for review and final acquisition. Any necessary surveying required establishing property corners and easements shall be the responsibility of the ENGINEER and in addition to the work described herein. d. Permits Prepare up to two(2)permits for highway and railroad crossings. The ENGINEER shall prepare permit applications. This will also include assistance to the CITY if any licensing agreements are required. Al - 10 e. Utility Coordination The ENGINEER will consult with the CITY's Water Department,Department of Engineering, and other CITY departments,public utilities,private utilities and government agencies to determine the approximate location of above-and underground utilities,and other facilities that have an impact or influence on the project. Other associated utility companies shall provide utility locate services for those utilities not otherwise provided by the CITY. The ENGINEER shall deliver thirteen(13)sets of preliminary construction plans to the CITY for forwarding to all utility companies,which have facilities within the limits of the project. B. CONSTRUCTION PLANS AND SPECIFICATIONS 1. Preliminary Plans and Specifications a. Surveys The ENGINEER will conduct horizontal and vertical control surveys of pipeline rehabilitation or replacement sites where open cut construction is possible or shown as a bid alternate. Information gathered during the survey shall include topographic data,elevations of all sanitary and adjacent storm sewers,rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. b. Prepare Plan Sheets Pipelines scheduled for rehabilitation,replacement, or realignment will be located on the base sheets. Base sheets shall reference all affected or adjacent streets.Where open-cut construction is anticipated,below-and aboveground utilities will be located and shown on the base sheets.All plan sheets shall be D-size and in AutoCAD©format. Vertical scale for pipeline rehabilitation or replacement sites shall be 1"=4'. Horizontal scale shall be 1"=20'. c. Standard and Special Details The ENGINEER will prepare standard and special detail sheets for pipeline rehabilitation work. d. Construction Documents The ENGINEER will prepare construction contract documents for pipelines to be rehabilitated or replaced. This shall include(a)general and special conditions,(b) invitation to bid sheet, (c)instruction to bidders,(d)bid form, (e)bonds and insurance, (f)construction contract,(g) notice of award,(h)borings,(i)technical specifications,and 0)other boiler plate attachments. The contract specifications shall comply with the CITY's standard specifications. e. Preliminary Submittal to CITY The ENGINEER will deliver two(2) sets of preliminary plans and specifications to CITY for review. The work shall be bid as one or more contracts as directed by CITY. Plan sheets shall be organized as follows: • Cover Sheet-Project title and sheet index ■ Project Location Map-Index of base sheets • Base Sheets-All pipeline rehabilitation sites • Standard Construction Details ■ Special Details Al - 11 2. Final Plans and Specifications a. Review Meeting with CITY Meet with CITY to discuss their review comments. Coordinate and participate in coordination activities with ENGINEER's design team and CITY. b. Final Construction Documents Prepare final plans and construction contract documents to CITY. Submit two(2) sets of plans and construction contract documents each within 15 days of CITY's final approval. c. Engineer's Estimate Prepare Engineer's Estimate of probable construction costs. C. PRE-CONSTRUCTION ASSISTANCE 1. Administration a. Deliver Bid Documents The ENGINEER shall deliver forty(40)sets of plans and specifications to the CITY for distribution to potential bidders. b. Bidding Assistance The ENGINEER shall assist the CITY during bidding phase including advertisement to bid, preparation of addenda and distribution to plan holders,pre-qualification, responses to questions submitted by plan holders,pre-bid conference,bid opening,and review of bids and submission of ENGINEER's recommendations to award contract. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall develop bid tabulations and submit a written recommendation of contract award along with four(4)copies of each bid tabulation. c. Assistance During Construction The ENGINEER shall assist the CITY in conducting a pre-construction conference. The ENGINEER shall document minutes of the meeting and submit them to the CITY. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes, if necessary. PART 3—ASSESSMENT AND PRE-DESIGN OF BENBROOK PERMANENT WASTEWATER METERING STATIONS The City of Benbrook currently discharges into the Fort Worth wastewater collection system at several locations. Likewise, flow re-enters from the CITY's wastewater system back into Benbrook at several locations.Four of these locations are currently being monitored by the CITY. They are listed below: Station Name ID MH Device/Structure Benbrook—East 1 BBE 1 M-319/70+50 12"inverted siphon w/polysonics; meter modification under review Benbrook—Southwest BBSW Trinity Ranch 12"inverted siphon w/polysonics; meter currently out of service Benbrook—North 1 BBN1 M-205/15+15 42"gravity pipe wBadger 5000 meter; need to mount instrumentation Benbrook—West(West Park) BBWP Trinity Ranch 10"gravity pipe wBad er 2000 meter Al - 12 In order to provide a complete inventory of wastewater flows from the City of Benbrook,additional monitoring stations need to be added to the current inventory of four stations.Under this part the ENGINEER will evaluate the location of current points of entry,monitor wastewater flows from the City of Benbrook for an 8-week period, estimate current and projected flows at each site, and develop a strategy plan. A. TEMPORARY FLOW MONITORING 1. Inventory The ENGINEER shall conduct an on-site inspection of all points of entry from Benbrook to the CITY and proposed metering sites. Sites for temporary monitoring by the ENGINEER will be identified and site sheets will be prepared. The ENGINEER will submit recommendations for the temporary monitoring plan. 2. Flow Monitoring The ENGINEER will install 10 continuously recording electronic depth and velocity flow meters at key monitoring sites determined from Part 3.A.1. The meters shall be American Sigma Model 910 AV,or an approved equal.Flow monitoring procedures including installation,weekly service,interrogation,and calibration shall be as described under Task 1.A.3.b.The flow meters will remain installed and operating properly for a total of 45 consecutive days,beginning in September of 2002,weather permitting. Upon completion of the base period,the ENGINEER will remove the meters unless the CITY recommends and approves keeping them in place.The resultant analysis will be used to establish wastewater flow characteristics that will be used to select to appropriate permanent metering system. 3. Rainfall Monitoring The ENGINEER will also locate and install 5 continuously recording rainfall gauges during the same 45-day base period. Installation,data collection,and serving will be as described under 1.A.3.c. 4. Flow Data Analysis Results of the temporary flow monitoring program for Benbrook will be evaluated as follows: ■ Base flow, infiltration(rainfall-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. P method of hydraulic analysis and will become the primary method of ranking sub-basins and calibrating the hydraulic model. ■ System curves will be developed for each monitoring site by comparing maximum rainfall intensity"i" expressed in inches/hour and peak system flow"Q" expressed in gallons per minute. Separate curves will be developed for both inflow and rainfall-induced infiltration, including projected flow hydrographs for the design storm events. The ENGINEER will also evaluate the in-site,upstream pipe capacity at each location and compare these results to the projected peak flows at the respective monitoring locations. These comparisons will also be used to identify sites that are subject to short-term and long-term surcharge during periods of intensive and extended rainfall. B. REPORT OF RECOMMENDED PLAN The ENGINEER will prepare and submit the preliminary recommended permanent flow monitoring plan for the City of Benbrook. The plan will include the following: ■ Draft site plan for each monitoring location • Recommended monitoring system(inverted siphon,flume, in-pipe meter,etc) Al - 13 ■ Site requirements(access,easements,maintenance,electrical,communication,security) ■ Estimated cost ■ Schedule The ENGINEER shall review the recommended plan with the CITY and make final adjustments and modifications based on the CITY's review. Five(5)copies of the final report will be submitted to the CITY. PART 4—MANAGEMENT OF CITYWIDE SANITARY SEWER CLEANING PROGRAM Under Part 4 the ENGINEER will manage and oversee the CITY's citywide cleaning program for approximately 90,000 linear feet of large diameter sanitary sewers.Large-diameter is herein defined as pipe that is 18"in diameter and greater. A. MANAGEMENT AND ADMINSTRATION OF CLEANING CONTRACTOR All large-diameter pipelines requiring cleaning as specified by the CITY and shall be included in this task. 1. Pre-qualification of Contractors The ENGINEER shall complete a survey of available contractors who are capable of conducting cleaning and CCTV inspection of large diameter pipes scheduled for cleaning.The ENGINEER will review information submitted by each contractor and follow-up available references. Recommendations will then be forwarded to the CITY and a qualified list of contractors will be prepared and finalized by the CITY. 2. Preparation of Bidding Documents The ENGINEER will prepare bidding documents for the purpose of soliciting bids from qualified cleaning and CCTV inspection contractors. The bid documents shall be a single contract that applies to cleaning and CCTV inspection work for approximately 90,000 linear feet of large- diameter sanitary sewers. The bid documents will include the following: • Invitation to Bid ■ Instruction to Bidders • Bid Form • General Conditions ■ Special Conditions • Specifications • Certificates of Insurance ■ Addenda(if necessary) • Bonding Requirements 3. Bidding Assistance The ENGINEER shall assist the CITY in reviewing bids,answering questions from bidders,attend pre-bid meeting,preparing any necessary addenda and bid tabulation,making recommendations to award the final contract. 4. Administration and Management of Contractor A representative of the ENGINEER shall oversee the Contractor's activities,provide periodic on- site inspections,review pay estimates,review change orders,review all cleaning and CCTV data, and act as the CITY's representative during the project. The ENGINEER'S field representative will maintain a detailed daily log of the contractor's activities. Where the existing site conditions, Al - 14 such as restricted access,prevents the contractor from completing the work,the ENGINEER will consult and recommend to the CITY to evaluate other methods to perform the inspection work. Periodic inspection shall be considered as one site visit each day during periods of active work by the contractor. It is anticipated that all cleaning and inspection work shall be conducted within a 9- month period. 5. CCTV Tape Review and Recommendations The ENGINEER will review all documents provided by the contractor upon completion of the work, including video recorded data for up to 240 separate line segments that have been cleaned and televised.Results of the reviews will be compiled on a final,tabulated spreadsheet. In particular,the tabular listing will include the following: 17. Upstream Manhole identified by Main/Lateral number and station 18. Downstream Manhole identified by Main/Lateral number and station 19. Pipe diameter 20. Actual pipe length 21. Pipe material(s) 22. Approximate pipe age 23. Depth of pipeline 24. General description of observations 25. Surface conditions 26. Cleaning observations 27. Number of service connections 28. General manhole condition 29. Recommendations—rehabilitation 30. Recommendations—maintenance 31. Encroachment issues 32. CCTV tape reference 6. Draft Report A draft report will be prepared by the ENGINEER that will outline the following elements: a. Executive Summary-Abbreviated findings,conclusions,and recommendations. b. Introduction-Historical background of the project,purpose of investigation,scope of the project,and study objectives. c. Field Activities-Summary of field activities including all contractor-related activities such as alignment verification,debris removal,pipeline cleaning,and CCTV inspections. d. Evaluation and Recommendations-Summary of findings and conclusions. Report will provide recommendations for any necessary collection system rehabilitation on a line-by-line basis and shall be based solely on existing line condition along with estimated construction costs.No consider shall be give to system capacity.Up to five(5)copies of the draft report will be submitted to the CITY for review and approval. 7. Review Meeting w/CITY The ENGINEER will meet with the CITY to present the draft report,discuss the review comments, and incorporate appropriate changes to the final report and exhibits. At a maximum, two(2) review meetings will be scheduled. 8. Final Report Seven(7)copies of the Final Report will be submitted to the CITY within 30 days of the final review meeting. In addition, all field documents and forms,digital photos and video documents, electronic files(including all updates), spreadsheets, and electronic maps will be assembled, annotated and delivered to the CITY along with copies of the Final Report.The electronic map, in Al - 15 AutoCAD format, shall reflect all information gathered during field investigation.The ENGINEER will retain one complete set of support data for future reference. PART 5—CLEAR FORK DRAINAGE BASIN WASTEWATER FLOW CHARACTERIZATION A. WASTEWATER FLOW CHARACTERIZATION 1. Administration and Progress Meetings Representatives for the ENGINEER and CITY will initially meet to review the goals and objectives of the limited master plan. This initial kick-off meeting will address the following: ■ Objectives of interim and long-term master plan • Scope of study ■ Monitoring plan • Schedule and deadlines ■ Interim report format 2. Reconnaissance Survey A site assessment of potential flow monitoring sites in Clear Fork drainage 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. Meter placement,once established,will determine the principal and final boundaries of the sub- drainage basins. 3. Flow Monitoring Due to the nature of potential surcharge conditions in the study area collection system during intense rainfall events,the ENGINEER will install fifteen(15) continuously recording electronic depth and velocity flow meters at key monitoring sites determined from Task 4.A.2. The meters shall be American Sigma Model 910 AV,or an approved equal. The flow meters will be tailored to the characteristics of each manhole. The devices will be set to record data at an interval individually selected for each site intervals shall not exceed 15-minute. The flow meters will remain installed and operating properly for a total of 60 consecutive days beginning in September 2002,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 8 rainfall events will be used as criteria for removing the meters during the monitoring period. The ENGINEER will adhere to a minimum once-weekly meter maintenance program. These inspections will involve a check to determine that the meter is functioning properly, a transfer of Al - 16 the computerized data,a check of the actual depth and velocity against the recorded readings and assessment of the self-contained power source. 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 I/I and calibrate the computer hydraulic model. 4. Rainfall Monitoring The ENGINEER will also locate and install eight(8)continuously recording rainfall gauges during the same 60-day base period. The gauges will be electronic type,recording rainfall in one- hundredths of inch increments. The instruments will be checked and downloaded weekly.Data collected from each rain gauge will be analyzed to correlate peak system flows and rainfall intensity as further discussed in this section. 5. Flow Data Analysis 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 ranking sub-basins and calibrating the hydraulic model. ■ System curves will be developed for each sub-basin by comparing maximum rainfall intensity"i"expressed in inches/hour and peak system flow"Q"expressed in gallons per minute. Separate curves will be developed for both inflow and rainfall-induced infiltration, including projected flow hydrographs for the design storm events. ■ Rainfall intensity distribution using the TP-40 method will be used for sub-basins to develop a model that replicates and characterizes hydraulic behavior due to localized rainfall conditions. 6. Interim Report and Meeting The ENGINEER will prepare an interim flow monitoring report, summarizing the results of the monitoring performed and subsequent peak wet-weather flow projections at strategic locations within the Clear Fork drainage area. Results of the report will be reviewed and discussed with the CITY. Al - 17 ATTACHMENT "B" COMPENSATION AND SCHEDULE I. Compensation A. Payment for services will be computed on the basis of Salary Costs times a multiplier of 2.75 to determine the payment due for services. The multiplier is a factor that compensates ENGINEER for fringe benefits, overhead,and profit. B. Payments shall also include Direct Non-Labor Expenses which, in general, include 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 5% 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. Payment for expenses, costs, and services as described in Attachments "A" and `13-3" shall not exceed$998,881. E. Partial payment shall be made monthly, as stipulated on Attachment `13-1", 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 employee's 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 Water Department that such work has been performed. II. Schedule Part 1 —Sanitary Sewer Evaluation and Improvements in the Main 286 and CDSL32-T Drainage Areas: shall be completed 365 days after Notice to Proceed Letter is issued. Part 2 —Design of Sanitary Sewer Rehabilitation and Improvements (Part II) in the Clear Fork Drainage Basin: shall be completed 300 days after Notice to Proceed Letter is issued. Part 3 — Assessment and Pre-Design of the City of Benbrook Permanent Wastewater Metering Stations: shall be completed 330 days after Notice to Proceed Letter is issued. Part 4 — Management of City-Wide Large Diameter Sanitary Sewer Cleaning Program: shall be completed 365 days after Notice to Proceed Letter is issued. Part 5 — Clear Fork Drainage Basin Wastewater Flow Characterization: shall be completed 330 days after Notice to Proceed Letter is issued. B-1 ATTACHMENT "B-1" (SUPPLEMENT TO ATTACHMENT "B") Method of Payment Partial payment shall be made monthly upon receipt of an invoice from the ENGINEER as stipulated on Item E on Attachment B. The salary rates in Attachment B-2 include a multiplier of 2.75. The ENGINEER shall be paid within 30 days of the receipt of the monthly invoice. Progress ss Report A. The ENGINEER shall submit to the designated representative of the Water Department monthly progress reports covering all phases of design by the 15th of every month in the format required by the CITY. If the ENGINEER fails to submit the monthly report by the 15th of the month, a time charge shall be made for each working day thereafter, not as a penalty but as liquidated damages. The ENGINEER shall pay liquidated damages of Two Hundred Dollars ($200.00) per day for non-compliance. B1-1 Y ATTACHMENT"B-2" (SUPPLEMENT TO ATTACHMENT "B") HOURLY RATE SCHEDULE AND MISCELLANEOUS CHARGES WADE&ASSOCIATES, INC. Consulting Engineers Fort Worth,TX Employee Classification Hourly Rate Principal/Project Director (PE) ...............................................................................$ 135.00 ProjectManager (PE) ..................................................................................................... 108.00 ProjectEngineer ............................................................................................................... 92.00 Senior Programmer/Analyst ........................................................................................... 74.00 Programmer/Analyst ....................................................................................................... 69.00 StaffEngineer .................................................................................................................... 68.00 Senior Office Technician ................................................................................................. 67.00 FieldManager .................................................................................................................... 66.00 SeniorField Technician ................................................................................................... 64.00 OfficeTechnician ............................................................................................................. 54.00 Field Technician/Inspector ............................................................................................. 53.00 Assistant Field Technician ............................................................................................... 42.00 Clerical ................................................................................................................................ 39.00 OfficeAssistant ................................................................................................................. 31.00 Miscellaneous Charges Rate Subsistence......................................................................................................... at cost plus 5% Subconsultant Services...................................................................................at cost plus 10% Company Field Vehicle ...........................................................................................$0.50/mile Company Passenger Vehicle ..................................................................................$0.45/mile Commercial Transportation ........................................................................... at cost plus 5% Supplies/Materials ........................................................................................... at cost plus 5% Equipment Rental .........................................................................Commercial Rate Plus 5% Printing/Reproductions ...............................................................Commercial Rate Plus 5% Copies ...........................................................................................................................0.10 each Telephone .......................................................................................................................At Cost Fax ............................................................................................................................0.50 each The above miscellaneous charges shall be limited to reasonable and customary charges for these items. Billing by Wade &Associates, Inc. will be prepared each billing period in which services have been rendered. Payments are to be made within 30 days from the date of Invoice. Each billing period is one month in duration. Wade & Associates, Inc. reserves the right on past due accounts to suspend all services and to levy an additional percentage charge per billing period until payment is received. This rate schedule is effective until December 31, 2002 at which time all rates shown are subject to change. B2-1 Attachment "B-3" COST SUMMARY Main 286 and CDSL32-T Drainage Areas Sanitary Sewer System Evaluation and Improvements Project No.P171-070171140030 Part Scope of Services Fee NL WBE % 1 Sanitary Sewer System Evaluation and $481,631 Improvements in the Main 286 and CDSL32-T Drainage Basins 2 Design of Sanitary Sewer Rehabilitation and $202,025 Improvements (Part II) in the Clear Fork Drainage Basin 3 Assessment and Pre-Design of Benbrook $65,130 Permanent Wastewater Metering Stations 4 Management of City-Wide Large Diameter $138,462 Sanitary Sewer Cleaning Program 5 Clear Fork Drainage Basin Wastewater Flow $111,633 Characterization $998,881 $230,562 23.1 MIWBE Subconsultant Fees Gonzales Labor Systems $31,130 DFW Tech Services, Inc. $77,350 Leonard Technical $57,562 Hugo C. Trevino&Associates $6,500 Spelunker Pipeline Services $58,020 $230,562 B3-1 ATTACHMENT "B-3A" M/WBE Participation Plan Main 286 and CDSL32-T Drainage Areas Sanitary Sewer Evaluation and Improvements Project No. P 171-070170140030 14 May 2002 FORT WORTH WATER DEPARTMENT Attn: Mr. Chris Harder, P.E. Engineering Division 1000 Throckmorton Street Fort Worth, TX 76102 Re: M/WBE Participation Commitment Main 286 and CDSL32-T Drainage Areas Sanitary Sewer Evaluation and Improvements Project No.: P170-070170140010 WAI File: 0206 Dear Mr. Harder: We appreciate the opportunity to present our approved M/WBE plan for the subject project. The following represents our fee estimate for the scope of services submitted for the above referenced project. In addition, we have secured commitments from three M/WBE sub- consultants who will assist Wade&Associates on this project. We propose the following M/WBE plan which was previously submitted to and approved by the Minority/Woman Business Enterprise Office. Total Contract Amount $998,881 Total M/WBE Plan $230,562 % M/WBE Plan 23.1% A further break down of fees to be provided by our M/WBE partners for this project is as follows: M/WBE Partner Services to be Provided Fees % of Contract Gonzales Labor Systems Contract field labor services for manhole $31,130 3.1 inspections,smoke testing,and data entry DFW Tech Group,Inc. Professional contract labor services for $77,350 7.7 engineering design support Leonard Technical Engineering design and survey services $57,562 5.8 Hugo Trevino&Associates Printing and reproductions $6,500 0.7 Spelunker Pipeline Services Flow meter and rain gauge rental services $58,020 5.8 Total $230,562 23.1% 133A-1 i Page 2 of 2 5/14/02 Mr. Chris Harder, P.E. M/WBE Plan If you have any questions or need additional information,please don't hesitate to call me. WADE& ASSOCIATES, INC. Mark G. Wade,P.E. President cc: Peter Fu-City of Fort Worth Dan Hegwald-WAI B3A-2 N m A O O O M O O O b N A O m O m 0 N N O N W W O O O O 1"! at N m W m A O pp m m O O O N W A O m N n N p n W O O O O n A 10 W O m OI m 0 N N N N m M" 00 O O N m W n N V 1"! IA O N m O n N O 'm r n W N as a N p r O a0 V! V N a0 a 10 O a N 10 � '.N N V$ -C tN W 'E' 10Ch c e U E w .pm c W m u c X c C N m n an e N A o m m o N N o N W W M o N m -� a m n m N W N W A m N n N t+! A W n m tq W O O N m O a! O N m W n N •C u! V A O m r 0O C r W N a0 M 'N O aD O w N w ai O N w Q t9 W 9 e C o a 3 U 1°L w N o � o 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O � � O O O O O O O O OO O O O O O O O O N a N V O a U � 0 0 0 o O o 0 0 0 00 0 0 0 0 0 0 0 CD 0 0 h 3 b e o 0 0 0 m 0 00 0 o m m 0 m m o 0 o to m G N O N N m m R ? l7 M 7 F O O S m 0 O O O N Om m co N X 0 0 0 O O O 10 O O O E 2 N 3p N W W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m m o 0o N � N - W 0 0 0 0 oo o v 0 0 o v o 0 o m o 0 0 m O N N O N N N N = a w } O tD CO m O O m m v O O 0 7 N 0 a m m m m 0 aS m N Q N V' N N � IL IL � m N O O O O 0 0 0 m 0 m 0 0 0 a 0 0 00 0 0 p a a 0 0 0 0 0 0 0 0 0 0 0 n o o m o 0 0 0 0 0 0 o n m W m N N N O O N m 0 H o w of 96 N O O O 0 0 O N m m N 0 0, CD Cm') O O OA /m0 N Y 3 � � O 3 0 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 o In 0 0 0 0 0 n W M N O m O fOD O O O I°O r 0 N w IL E > z ac 44 � w n y G Cy N m J m J a) W W W W J •N � � � (7 J a y C1 q C m C O 00.2 ° u c A A tN9 N N m IE O u1 c H 919 ° A j Z p m t m c t 'a. N H c 41 cm�c d�c WC C O E yaZ a aC ° �o o m m Q c io c aN Nm N ° w d❑_1Uw0 ❑c0y W o O oo pV ma co m w oy99EUOCN�� o a v Ti N y m m N C ; Y !y > w O m In �° m �a ❑ ._ o d m M 5 m d �a U` w d �O `o t U c m 2 C W O C d fA y c 'c U m Q m c 3 y �QQc m y m c y y m G ❑ v v c Z m N L «� o� o v '" v m °o °o r r F y $ v V u1 LL 0 _ m Cl) ❑ m x U c U $ y c y c U U K a c 0 a � U V m co Y '. O ¢ a. = — x w U w 2 y ❑ d' ii ❑ N 0 - ° d w V) c w f., U. K F U U w+ Oo 'AC o - _ A Q V d f N a d jj ri ai a ci v v lu a o a m � 1`i jjj 4 j 6 g ni ri v � d � ai a ci 1 v ai m � ni a ci a V th O m W O y N r T O m N N ? N 10 W O N N 0 00 T 0p R Go O wi CO O ai v v m C, a m � Na; '' m 0si �6 'o m � to .c of m vi wi vi� CO N MI. Go p N N 41 w m m O M < -e Nf Ol h M N 10 Q a0 m m w h t+f O m m O V N N V N O m of O O < M O] O li m C7 N 01 ��.. N HI m m r CD.Ai m m y VJ N VJ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o 0 0 0 0 0 O O O O CN,� O O O O O O lD O N N O tD O O O O O O O O O O O O O O O o o o o o o O O O O O O O N O O O O O 00 O O O O O O O O O O r N N O O O N V O MI n O C N O tp O O N N N M N O N O 7ET 0 0 0 0 0 o � R ID N e mO 10 O N M N O N O N m 77 77 N N N O O� t0 00 O� m N N O O O O O O O O O O O O O O O O N V O N (D O O O 0 0 0 Co 0 0 0 0 0 0 0 0 O O N O Co N t2 10 OO N w nn N O h LL r O W O 10 H9 10 M W W W W N N 0 0 o H o o o o ? am e m m ao m m ai ao �o ai �u ri M A N N a O O m A V N N C T m O O q N N V m O A N V O r u. tl9 N U to O d p p O` y C O p ID c (p m U C J A p c a o m y A 9 O o H y o Y y �_ a 3 c H c � 'm c m D w C D C C U ul D U U r N U V v v U m O Z V w E o Uo o y �' U m V v n �2 .� & v E (n w o c c 10 a� c .N E 'o 0 v 3 3 3 0 N N c in C E .Z o c .0 .- C u N 3 y E c p c w V7 c ` in O o C O c c o m 0 d a c c m > c ` O a u - o Q ;a o N W CO D .N 0 Ol O C V E a O D u� C O/ LL C C C < oo C y C N N N N V 'O Ul Ill LL O Q d d C t0 a s C W D O y p c a d 3 �. y y C C c 6 m Q U d N O 01 d U G] N d D N O LL N � y d O N C J C j U a C 10 c o a� c 0 c m A w a m `w m a 3 U m y m o — m E m m o m A A o — io m o o c M E d .� m ` ;c > o y O c g c m m `m E d m o c �° p Q d A v �_ a W v d c c O E ai D w a cL w 3 — c 3 'v m — c ; m d 5 W u w m v o co a E C O m o p, c E w D v U 10 'm E V m a ami o 'm o w J Vl w u y LL a — LL d LL y �p d d G1 a U 0 LL N A a Il, d LL 2 N d L Y Lila, W — H H c f o LL o m c C 61N l0 U (0 U d r N t7 a d .- N M V N �O 1� O d .- N (") V �O (O CJ 0 W = (n H Attachment "C" CHANGES AND AMENDEMENTS TO STANDARD AGREEMENT AND ATTACHMENT "A" No modifications to the STANDARD ENGINEERING CONTRACT were necessary for this project. C-1 Attachment "D" INSURANCE CERTIFICATES =ACQRfiD_E_MM MEAN= DATE(MMIDINIM 05/23/02 PRODUCER MTHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER- THIS CERTIFICATE DOES NOT AMEND, EXTEND OR TECHNICAL PROFESSION INSURANCE CO. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 700 SW JACKSON,SUITE 702 COMPANIES AFFORDING COVERAGE TOPEKA,KS 66603-3758 COMPANY A Continental Casualty Insurance Co. INSURED COMPANY B WADE& ASSOCIATES,INC. COMPANY 1201 Wakarusa Dr Bldg D C Lawrence,KS 66049-1891 COMPANY D •lfrnr..isw ce>�r.?C5�'.'.tt•...3:3+•:.:'>.i,;a,:<f:.Lt}.:f.w:r,.x...�::..<...}7.wr.f?.:.:.3...'..fo:.``�.'J.:.:£;.�;t.,at,,:�.}.�:..:'�a.:..}>:;.'•:t.r.*},,�.}.^.:}:3..1,,3..�3<:r.raay.».:::z:;:::: �•5t;};..s;rfi�::.,a.xk.Ct..::7,..{„c.:i:,'}f::;..r...a'w�:�>.F,?,C.3',3?,^flx'3.�.`:'•.>°.e5.',.xt,:t..flt..}•'.,R�.',°'c::.'!F,.3'•:.l.ru�,+�#s'J•4}}<:;;io:A.r}riL..}3.#t:.w..::cw..ty.y3y.t...}Ff.,..;a.:•..,'HYt.+a.x.a.'..:,•}r mJr`s�}:::n'.;7fl"`,.':t,gra:a.yF�:%.fi,...i.."y�°:�+.c.t.::t(.::'.;,.:•,....�Ff:•�3�3}h'.rf:f.u,..,P•'r:;t:f•x;,,.:.f.t, .'93ruY•,C�?:.^:;,>f::k::�,:..} R .?.h•,'r3, : THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COTYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTA DATE(MM/DDNY) DATE(MM/DD/YY) GENERAL LIABILITY BODILY INJURY OCC $ COMPREHENSIVE FORM BODILY INJURY AGG $ PREMISES/OPERATIONS PROPERTY DAMAGE OCC $ UNDERGROUND EXPLOSION&COLLAPSE HAZARD PROPERTY DAMAGE AGG $ PRODUCTS/COMPLETED OPER BI&PD COMBINED OCC $ CONTRACTUAL BI&PD COMBINED AGG $ INDEPENDENT CONTRACTORS PERSONAL INJURY AGG $ BROAD FORM PROPERTY DAMAGE PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY � $ ANY AUTO (Per person) ALL OWNED AUTOS(Prtvate Pass) ALL OWNED AUTOS BODILY INJURY $ (Other than Private Passenger) (Per accident) HIRED AUTOS PROPERTY DAMAGE $ NON-OWNED AUTOS GARAGE LIABILITY BODILY INJURY& PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY TORY LIMITS ER >NllMffllffi EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $ OTHER A Architects&Engineers PRA 00-613-41-97 11/29/01 11/29/04 $1,000,000 each claim Professional Liability and in the aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Main 286 and.CDSL-32 Drainage Areas: Sanitary Sewer Systems Evaluation and Improvements Project No.P171-070171140030 Gl«t�'�F.'CG,�4't')»..HE�I.I?lK�€... ........ . :....,..:,..... ., ..,: ::,:}:t:.:::.:. ...:.::.:.t::a._.:,.:::..:.:.... .....t..�::..::::.,::::<.::•.:. .,....,.......:.:::::.:....:.,•:.................,.::::..:.......::::::;}:.�;}:,;._::,.}.:::;.:.}::.,;}k::::..::::::::. .�......,.,. .kr�I�IGI�I«LA'I' .....,..3...,. .:. :. ..:.,......... ..,.,.......,.....::::.........:!!F.;...,.c.;a;.r,:,,;.;^;. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Ft. Worth EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Attn:Chris Harder,PE 30 ' DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1000 Throckmorton Street BUT FAILUR O MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Ft.Worth,TX 76102 OF ANY D UPON THE COMPANY, ITS AG TS OR REPRESENTATIVES. AUTHORIZ2 N TI1PE /s 4 � ttt............ PRODUCER THIS CERTIFICATE I;, SUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR TECHNICAL PROFESSION INSURANCE CO. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 700 SW JACKSON,SUITE 702 COMPANIES AFFORDING COVERAGE TOPEKA,KS 66603-3758 COMPANY A Continental Casualty Insurance Co. INSURED COMPANY B WADE& ASSOCIATES,INC. COMPANY 1201 Wakarusa Dr Blda D C Lawrence,KS 66049-1891 COMPANY :•ti•roY•;y.:uv,. ....,. } v' '•'- .... THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY BODILY INJURY OCC $ COMPREHENSIVE FORM BODILY INJURY AGG $ PREMISES/OPERATIONS PROPERTY DAMAGE OCC $ UNDERGROUND EXPLOSION 6 COLLAPSE HAZARD PROPERTY DAMAGE AGG S PRODUCTSICOMPLETED OPER BI 6 PD COMBINED OCC S CONTRACTUAL BI A PD COMBINED AGG $ INDEPENDENT CONTRACTORS PERSONAL INJURY AGG S BROAD FORM PROPERTY DAMAGE PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY ANY AUTO (Per person) $ ALL OWNED AUTOS(Private Pass) BODILY INJURY ALL OWNED AUTOS $ (Other also Private Passenger) (Per accident) HIRED AUTOS PROPERTY DAMAGE $ NON-OWNED AUTOS GARAGE LIABILITY BODILY INJURY A PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA F9RM AGGREGATE S OTHER THAN UMBRELLA FORM S WC STATU- OTH- WORKERS COMPENSATION AND TORY LIMITS ER <•`.:t•'`"t>?£>>"'r>'t>:'i::•t::'•:'•R::'::�: EMPLOYERS'LIABILITY EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT S PARTNERSdEXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE I S OTHER A Architects& Engineers PRA 00-613-41-97 11/29/01 11/29/04 $1,000,000 each claim Professional Liability I and in the aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Main 286 and CDSL-32 Drainage Areas: Sanitary Sewer Systems Evaluation and Improvements Project No.P171-070171140030 .. . .: :..t':::... :Gtr :t1E:1GAT)~-:HQt.I3Ek�.......................:......... ....... ... . �1. . ... CA....GI� A�.'..1ttV.................................:............ ..... ....�.......:....r. ,,r.n....t�...r...:..r...r..r:...:...v.... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE r City of Ft. Worth EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Attn: Chris Harder, PE 3$-DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1000 Throckmorton Street BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Ft. Worth,TX 76102 OF ANY ND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZ EPRESENTATIVE .. C a F 1„ �n. r✓ t}•' 51x1.. �>>�::#k tQ. <.:988": AGQ 2 Rt3:�R 13R,hT1Qi�L.Y 1? AC6RA. CERTIFICATE'vF LIABILITY INSURANC._ DATE PRODUCER G uite 101&R.Insurance Agency,Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 6464 Brentwood Stair Rd HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. S 1 Fort Worth TX 76112-3242 INSURERS AFFORDING COVERAGE INSURED Wade&Associates,Inc. INSURERA:- Colony Insurance Company 1201 Wakarusa Dr.Bldg D INSURER B: I Lawrence KS 66049-1891 INSURER C: INSURER D: 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. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MMIDD DATE MMIDD LIMITS A GENERAL UA81UTY GL 119208 06/05/2002 06/05/2003 EACH OCCURRENCE $ 1000000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Arty one fire) S 100000 CLAIMS MADE a OCCUR MED EXP(Any one person) $ 5000 X 1000 Deductible PERSONAL a ADV INJURY $ 1000000 GENERAL AGGREGATE S 1000000 GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 1000000 POLICY PROT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT = ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) S HIRED AUTOS BODILY INJURY $ I NON-OWNED AUTOS (Per ) PROPERTY DAMAGE (Per aceident) S I I GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ i ANY AUTO OTHER THAN EA ACC S I AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR F1 CLAIMS MADE AGGREGATE $ S DEDUCTIBLE $ RETENTION $ S j WORKERS COMPENSATION AND WC ISLMIT OTH- I EMPLOYERS'LIABILITY E.L.EACH ACCIDENT S E.L.DISEASE-EA EMPLOYEEI$ E.L.DISEASE-POLICY LIMIT S OTHER I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Project P171-070171140030 Main 286&CDSL-32 Drainage Areas Sanitary Sewer System Evaluation and Improvements CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION j City of Fort Worth DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN ' Attn: Chris Harder,PE NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL ' IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 1000 ThrockmoRon REPRESENTATIVES. I Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE ACORD 25-S(7/97) ©ACORD CORPORATION 1988 - PRODUCER ('78S)843-2772 FAX (71 43-1583 THIS CERTIFICATE IS 19 D AS A NIA 1 1 CIc yr tnrvnm.....,.- Cal vin, Eddy & Kappel man ONLY AND CONFERS NL..GHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 1011 Mestdal a Rd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lawrence, KS 66049-2638 INSURERS AFFORDING COVERAGE Connie Warmker INsuREo Wade & Associates, Inc. INSURER A., Unitrin 1201 Wakarusa Dr., Bldg D INSURER 8: Lawrence, KS 66049-2401 INSURER C: INSURER D: 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 PATO CLAPAS. INSR R TYPE OF INSURANCE POLICY NUMBER POLICY DATE EFFECTIVE POLICY M EXPIRATION LTRLIMITS GENERAL LUUNLTTY EACH OCCURRENCE $ COMMERCIAL.GENERAL LIABILITY FIRE DAMAGE(Airy one Tve) $ CLAIMS MADE ❑OCCUR MED EXP(Arty one petsan) $ PERSONALS ADV INJURY S GENERAL AGGREGATE S GEN,L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG S POLICY PIR I JECT LOC AUTOMOBILE LUMLLTY CA764S823 03/12/2002 03/12/2003 COMBINED SINGLE LMR X ANY AUTO (Ea ) $ 11000,000 ALL OWNED ALTOS BODILY INJURY A SCHEDULED AUTOS (Per person) S HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (PerwzkMm) $ PROPERTY DAMAGE S (Per accident) GARAGE LLABILrTY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC i AUTO ONLY: AGG i EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAMS MADE AGGREGATE $ a DEDUCTIBLE $ RETENTION i $ YK7RAGR5 COMPENSATION AND I TORY LMflB ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT i E.L.DISEASE-EA EMPLOYEE S E.L.DISEASE-POLICY LMR $ OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS E: Main 286 and CDSL-32 Drainage Areas: Sanitary Sewer System Evaluation and Improvements roject No. #P171-070171140030 CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Ft Worth, TX 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Chris Harder, PD BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1000 Throckmorton Street OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Ft Worth, TX 76102 AUTHO DR PRESENTATIVE f I ACORD 25-S(7197) - ©ACORD CORPORATION 1 RECEIVED MAY 1 6 2002 xMUCER°(785)843-2772 FAX (785 3-1583 THIS CERTIFICATE IS ISS AS A MATTER OF INFORMATION C 1 vin, :Edd & Kappel man ONLY AND CONFERS NO k,vHTS UPON THE CERTIFICATE Eddy HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 1011 Westdal a Rd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lawrence, KS 66049-2638 Connie Warmker INSURERS AFFORDING COVERAGE NSuRED Wade & Associates, Inc. INSURER A. Unitri n 1201 Wakarusa Dr., Bldg D INSURER B: Lawrence, KS 66049-2401 INSURER C: INSURER D. 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. I TYPE OF INSURANCE POLICY NUMBER A EFFE E PO E DATE MPIRATiON AXYM LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY FRE DAMAGE(Any one fro) $ CLAIMS MADE [:3 OCCUR MED EXP(My one person) $ PERSONAL d ADV INJURY S GENERAL AGGREGATE S GEN'L AGGREGATE LMR APPLES PER PRODUCTS-COMPIOP AGG $ POLICY PRO- JECT LOC AUTOMOBILE LIABILITY CA764S823 03/12/2002 03/12/2003 COMBINED SINGLE LMR X ANY AUTO (Es accident) 1,000,000 ALL OWNED AUTOS BODILY INJURY $ A SCHEDULED AUTOS (Pef pe—) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per aeeident) i PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCPDENT $ ANYAUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE S OCCUR CLAMS MADE AGGREGATE S i DEDUCTIBLE $ RETENTION $ $ TA Ll TH- WORKERS COMPENSATION AND I TORY LMfTS ER EMPLOYERS'LLABIUTY E.L.EACH ACCIDENT S E.L.DISEASE-EA EMPLOYEE S E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES!EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS _ E: Main 286 and CDSL-32 Drainage Areas: Sanitary Sewer System Evaluation and Improvements roject No. #P171-070171140030 CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Ft Worth, TX 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Chris Harder, PD BUT FAILURE TO MNL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1000 Throckmorton Street OF MY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Ft Worth, TX 76102 AUTHORIZED REPRESENTATIVE ACORD 25-S(7/97) ©ACORD CORPORATION 1988 RECEIVED MAY 1 6 2002 .;?..::::,F: .�=.t �' _ Fta..a.... .•a�s?;a. -•�#_�.:a'' •s �. '-;•>,..�' y„'� �` '?S�c:���€` _`�''+�.'.^.+i'if3`'..�`Y�' XUAC1111M"E" PROJECT LOCATION MAP MAIN 286 AND CDSL32—T DRAINAGE AREAS SANITARY SEWER SYSTEM EVALUATION AND IMPROVEMENTS PROJECT NO. P171-070171140030 w PROJECT LOCATION (Clear Fork Basin) 121 w azo $20 FORT WORTH an PROJECT TM mob ane and CDSM—T aotioy.Arm r yw¢� wuNorth e4ed to . me LOCATION Hest by the Ow Fork a the Trona Rh.,ue south by Ano Mom Bmkwd and the (Main 283 and CDSL32-T) East by waad.ay utm m SmWsvrt Loop 820 to Him strwL Thb ora can goody be focaoed In the Fart Worth Nopsco Pogo ee.69,102 ow 101 ACORD CERTIFICATE OF LIA131LITY INSURANCE DATE(MM/DD/YY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION G&R Insurance Agency,Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 6464 Brentwood Stair Rd HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Suite 101 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Worth TX 76112-3242 INSURERS AFFORDING COVERAGE INSURED wade&Associates,Inc. INSURER A Colony Insurance Company 1201 Wakarusa Dr.Bldg D INSURER B: Lawrence KS 66049-1891 INSURER C: INSURER D: 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. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE MMIDD DATE MM/DD LIMITS GENERAL LIABILITY GL 119208 06/05/2002 06/05/2003 EACH OCCURRENCE $ 1000000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 100000 CLAIMS MADE �OCCUR MED EXP(Any one person) $ 5000 X 1000 Deductible PERSONAL&ADV INJURY $ 1000000 GENERAL AGGREGATE $ 1000000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 1000000 POLICY PRO LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per Pew) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LABILITY EACH OCCURRENCE $ OCCUR Il CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND WC STTORY ATU- OTH- EMPLOYERS'LABILITY E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT 1$ OTHER DESCRIPTION OF OPERATIONStLOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Project P171-070171140030 Main 286&CDSL-32 Drainage Areas Sanitary Sewer System Evaluation and Improvements 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 ENDEAVOR TO MAIL 10 DAYS WRITTEN Attn: Chris Harder,PE NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 1000 Throckmorton IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE ACORD 25-S(7/97) 0 ACORD CORPORATION 1988 RECEIVED MAY ;J I ZUU4 ............ ........... . ..... ......... ............... .............. .%......­......_._....._....%� DATE(MMIDD/YY) ............ ......................... ...................... .... ..... 23�02 4 - . ..... ..... ........... A C W A.T.- ""U.-A 1."sum .............. 05,L . ...... ... ........... ............ PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR TECHNICAL PROFESSION INSURANCE CO. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 700 SW JACKSON, SUITE 702 COMPANIES AFFORDING COVERAGE TOPEKA, KS 66603-3758 1 COMPANY A Continental Casualty Insurance Co. INSURED COMPANY B WADE &ASSOCIATES,INC. COMPANY 1201 Wakarusa Dr Bldg D C Lawrence, KS 66049-1891 COMPANY D .............. ........... THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MMIDDNY) GENERAL LIABILITY BODILY INJURY OCC $ COMPREHENSIVE FORM BODILY INJURY AGG $ PREMISES/OPERATIONS PROPERTY DAMAGE OCC UNDERGROUND EXPLOSION&COLLAPSE HAZARD PROPERTY DAMAGE AGG $ PRODUCTS/COMPLETED OPER BI&PID COMBINED,ODD $ CONTRACTUAL BI&PID COMBINED AGG $ INDEPENDENT CONTRACTORS PERSONAL INJURY AGG $ BROAD FORM PROPERTY DAMAGE PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY ANY AUTO (Per person) $ ALL OWNED AUTOS(Private Pass) BODILY INJURY ALL OWNED AUTOS (Per accident) $ (Other than Private Passenger) HIRED AUTOS PROPERTY DAMAGE I$ NON-OWNED AUTOS I GARAGE LIABILITY BODILY INJURY& PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION ANDSTAT ................... WCTS OT ERH. . TORY LIM U- C .............. EMPLOYERS'LIABILITY EL EACH ACCIDENT $ THE PROPRIETOR/ n INCL EL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $ OTHER A Architects&Engineers PRA 00-613-41-97 11/29/01 11/29/04 $1,000,000 each claim Professional Liability and in the aggregate DESCRIPTION OF OPERATlONS/LOCATIONSNEHICLES/SPECIAL ITEMS Main 286 and CDSL-32 Drainage Areas: Sanitary Sewer Systems Evaluation and Improvements Project No. P171-070171140030 ........................ .................................. .................................... ...... ................ ... . ....... . ..... .......... ......... ......... ................................ .................... ..................................:........ .. .................. .......... ................. . ........ ... ... .. ................ ..................... ......... .................... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Ft. Worth EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Atm: Chris Harder, PE 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1000 Throckmorton Street BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Ft.Worth,TX 76102 OF ANY NO UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZ EPRESENTATIVE ........... ......... . ........- ......... ........ ......... ...... . . .................... ............. ..... ....... .. ..... .... ....................... ........ »:':`: 'c.'::.'::::::':::;:<:.:..;:::. ............. .......... ................... .......... ............. IACORDTM CERTIFICATE OF LIABILITY INSURANCEDATE(MM/DDNY) TOS/16/2002 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Calvin, Eddy & Kappel man ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 1011 Westdal a Rd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lawrence, KS 66049-2638 Connie Warmker INSURERS AFFORDING COVERAGE INSURED Wade & Associates, Inc. INSURER A: Unitrin 1201 Wakarusa Dr., Bldg D INSURER B: Lawrence, KS 66049-2401 INSURER C: INSURER D: 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 CLAMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE MM/DD/YY DATE MMID GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ CLAMS MADE f]OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEWLAGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY JE Q LOC AUTOMOBILE LIABILITY CA764S823 03/12/2002 03/12/2003 COMBINED SINGLE LMR $ X ANY AUTO (Ea accident) 1,000,000 ALL OWNED AUTOS BODILY INJURY $ A SCHEDULED AUTOS (P-P—) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR F-1 CLAMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKEWCOMPENSATION AND I TORY LIM ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONSILOCATIONSFdEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS E: Main 286 and CDSL-32 Drainage Areas: Sanitary Sewer System Evaluation and Improvements Project No. #P171-070171140030 CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Ft Worth, TX 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Chris Harder, PD BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1000 Th rockmorton Street OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Ft Worth, TX 76102 AUTHORQkD R PRESENTATIVE 11 i � ACORD 25S(7/97) ©ACORD CORPORATION 1988 RECEIVED MAY 1 6 2002 City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 6/4/02 **C-19111 60EVAL 1 of 2 SUBJECT ENGINEERING AGREEMENT WITH WADE AND ASSOCIATES, INC. FOR THE MAIN 286 AND CDSL32-T DRAINAGE AREAS SANITARY SEWER EVALUATION STUDY AND IMPROVEMENTS RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Wade & Associates, Inc. in the amount of $998,881 for the Main 286 and CDSL32-T Drainage Areas Sanitary Sewer Evaluation Study and Improvements. DISCUSSION: On September 8, 1998 (M&C C-16981), the City Council awarded an engineering agreement to RJN Group, Inc. for the Clear Fork Parallel Relief Sewer project. As part of this agreement, the engineer conducted flow monitoring of areas upstream of the proposed relief sewer. Results from flow monitoring and hydraulic modeling revealed that the Main 286 and CDSL32-T drainage areas have excessive amounts of inflow and infiltration entering the wastewater collection system. The engineering services performed under this agreement consist of conducting continuous flow and rainfall monitoring within the Main 286 and CDSL32-T drainage basins to quantify existing wastewater flow, performing a detailed sewer system evaluation survey of 365,000 linear feet of sewer to identify the nature and locations of defects in the collection system, and using hydraulic modeling and engineering analysis to develop plans for the removal of public and private inflow and infiltration sources. The engineer will also design approximately 13,000 linear feet of critical sanitary sewer replacement within the Clear Fork drainage basin, and prepare contract documents and manage a citywide large diameter sewer-cleaning program. The project scope includes additional temporary wastewater flow monitoring within the Clear Fork drainage basin. The engineer will evaluate flow monitoring results, and assess capacity utilization in order to develop recommendations for capacity improvements to meet present demand and future growth generated by new developments such as Walsh Ranch in the far west Fort Worth area. Based on flow monitoring results, the engineer will identify locations for installation of permanent wholesale customer meter stations to accurately measure wastewater flows originating from the City of Benbrook. This project is an integral part of the Fort Worth Wastewater Program to eliminate and prevent sanitary sewer overflows and bypasses in the wastewater collection system, and to comply with the U.S. Environmental Protection Agency's proposed regulations known as Capacity, Management, Operations, and Maintenance. Main 286 and CDSL32-T are two adjoining drainage basins located in southwest Fort Worth within the Clear Fork drainage basin, and are generally bound on the north by the Clear Fork of the Trinity River, on the east by Hulen Street, on the west by the City of Benbrook, and on the south by Benbrook Lake. This project is located in COUNCIL DISTRICTS 3 and 6. City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAMEE PAG 6/4/02 **C-19111 60EVAL 2 of 2 SUBJECT ENGINEERING AGREEMENT WITH WADE AND ASSOCIATES, INC. FOR THE MAIN 286 AND CDSL32-T DRAINAGE AREAS SANITARY SEWER EVALUATION STUDY AND IMPROVEMENTS i M/WBE - Wade & Associates, Inc. is in compliance with the City's M/WBE Ordinance by committing to 23% M/WBE participation. The City's goal on this project is 23%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. BG:n Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Bridgette Garrett(Acting) 6140 Originating Department Head: Dale Fisseler 8207 (from) APPROVED 06/04/02 P171 531200 070171410010 $998,881.00 Additional Information Contact: Dale Fisseler 8207