Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 26804
CITY SECRETARY CITY OF FORT WORTH, TEXACCSONTRACT NO. STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Malcolm Pirnie, Inc., (the "ENGINEER"), for a PROJECT generally described as: WESTSIDE IV PUMP STATION, ELEVATED TANK AND TRANSMISSION MAIN Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of � o N�PITH9 VEX. 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 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 us of CNN 5PURMY ► �!GQI�� G���GG�© 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. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality 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, 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 parti- cipating in City contracts for a period of time of not less than three (3) years. liv R Culc);G. HO �f 9 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 subcon- sultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on-any vehicle used in the course of the PROJECT. -5- WED ` YAA Ply U Ila [+E IM Y I�UUA Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim/annual aggregate (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage specified according to items section K.(1) and K.(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancel-lation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any 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. -6- (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions. (j) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (1) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When subconsultants maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting p the proposed rry, rf/c,E'GV?EMQV t , U11 UI '�r p �E . PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. 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 -8- G��C�uD ��(I�Ur N�����i6 Wi1111d ll other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER'S negligence or if such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the. ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, ,defend,_.or,assi, t in _10- litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party will assign all or any part of this AGREEMENT without the prior written consent of the other party. II,,,,�� pp p r� ��11�� -12- „���U If�� U°,L ENCOO ED TV 2"E'vlr��y H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be -13- construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. 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 Executed this the day of , 200/. PCOO PD u )i ATTEST: CITY OF FO T RTH By: — CO.Olord Pearson Mike Groomer City Secretary Assistant City Manager APPROVED AS TO FORM APPROVED: AND LEGALITY By: Dale A. FisselerVvytiter Director AssistakCity Attorney ATTEST: MALCOLM PIRNIE, INC. ENGINEER Robert J. W6, en Vice Presid nt contract Authorization tick e fro Date Vice Presi ent c -15- R���M "�� M°?[CGm��( ATTACHMENT "A" SCOPE OF SERVICES WESTSIDE IV PUMP STATION, ELEVATED TANK AND TRANSMISSION MAIN The Fort Worth Water Department (FWWD) intends to construct new water supply facilities to develop its new West Side IV pressure zone. This includes a new 1.0 million gallon (mil gal) elevated storage tank, a new pumping station at approximately 5 million gallons per day (MGD), and a new transmission main between the new pump station and elevated tank (approximately ''/ to 1 mile in length). Malcolm Pirnie, Inc. (ENGINEER) will perform professional engineering services to conduct preliminary design, final design, bidding and construction phase services for the West Side IV Pump Station (PROJECT). The PROJECT will generally include the following, as further detailed in the subsequent sections: General • Establish the capacity and pressure requirements of the West Side IV pressure zone. • Determine locations for constructing the pump station and elevated tank. • Determine an appropriate alignment for the transmission main. Elevated Tank • Sitework will include new drive and parking areas as required. Other than seeding and sodding, landscaping and irrigation work is not anticipated. • Composite tank. • Valve vault. • Site perimeter fencing. • Electrical and instrumentation including tank and site lighting, tank level sensing, intruder entry indication, pH/temperature sensor and chlorine residual sensor. The tank level signal will be transmitted to the new pump station for control purposes. Fort Worth Water Department t�ii�lr lig °b�fl rei (('���(p� e t Side IV Project Scope of Work A-1 ^u° C�""' " �`'`'" May 8,2001 • Geotechnical and site surveys. Pump Station • Sitework will include new drive extension and parking areas as required. Other than seeding and sodding, landscaping and irrigation work is not anticipated. • A structure to house pumping units, electrical and controls room with SCADA interface, an HVAC room, and office. • Either horizontal split-case or vertical pumps as selected by FWWD. Two pumps will be initially installed with space for at least two future pumps. • An overhead bridge crane, spanning the length of the pump station. • Air-conditioning for the pump station electrical and control room. Heating and ventilation for all other areas. • Pump room floor drains. No restroom anticipated. • Provisions for dual feed capability. • Industrial lighting system for the lighting. • New RTU to communicate with the existing SCADA system (via radio transmission). Pumps will be controlled manually via a local control panel. The control panel will have provisions for automated start / stop control of pumps. Signals for tank levels, discharge flows, pressure, pump run, pump fail, valve position, etc. will be displayed on the local control panel and provided to the SCADA system. • New flow meters, pressure gages, and pressure switches. Existing ground storage tank level sensors will be re-used. Transmission Pipeline • Survey of the pipeline alignment including preparation of necessary easement descriptions and exhibits. D D • Geotechnical. Fort Worth Water Department West Side X Project Scope of Wof 1c A-2 May 8,2001 II. BID PACKAGES The scope of work and fee is based on the preparation and bidding of three construction contracts. III. DETAILED TASK DESCRIPTIONS The professional engineering services will be divided into four phases as follows: ❖ Preliminary Design Phase ❖ Design Phase ❖ Bid Phase ❖ Construction Phase The individual tasks for each phase are described below. A. PRELIMINARY DESIGN PHASE ENGINEER will perform Preliminary Design Services for the PROJECT as detailed in the following tasks. Task 1 -Data Collection and Review Prepare a list of data required for execution of the PROJECT. Data shall include studies, drawings, specifications, and other available pertinent information. The FWWD will collect and forward the data to the ENGINEER within two weeks of the submitted request. The ENGINEER will log and review the data and notify the FWWD of additional information requirements by letter. Additional information that is requested will be supplied by the FWWD within two weeks. Task 2—Site Reconnaissance Initial Meeting Attend a preliminary conference with the FWWD at the FWWD'S offices to discuss the PROJECT including introduction of the project team, identification of deliverables, schedule, discussion of additional data requirements, and project goals and objectives. Prepare an agenda in advance of the conference Fort Worth Water Department , cci2r�cl est Side IV Project Scope of Work A-3 1-1?ev- "`L U`_IS�-1May 8,2001 �t G�E�Q�( and minutes to document substantive comments. Conduct a tour to review the existing facilities and the potential sites for the pump station and elevated tank. The site tour will be conducted on the same day as the preliminary conference. During the tour, staff will be interviewed for historical maintenance issues and equipment and material preferences. Task 3 -Technical Design Memorandum Prepare technical design memoranda to delineate the basis of design for the PROJECT. The memorandum will include the following topics: • Flow requirements and modeling results for the West Side IV pressure zone. It is anticipated that the FWWD will furnish the model for extrapolation by the ENGINEER into the new pressure zone. • Evaluation of sites for the new elevated tank and pumping station. The candidate sites for the elevated tank has been proposed by a developer. These will be reviewed for their acceptability and an alternate site evaluated/recommended as required to meet hydraulic conditions. For the new pump station it is intended that it be located at the site of the existing Westland tank, if suitable. Up to two alternate sites will be evaluated and recommended as necessary. • Discussion of site work including paving and perimeter fencing with gated entries to each site. • Schematic layout drawings of the elevated tank and pump station sites. • Discussion of site utility requirements. • Design criteria, sizing, layouts and definition of the features for pumping units and accessories, including piping, valves, and metering. • Basic description of the operating philosophy for individual pump startup/shutdown and operating philosophy for the pump station and elevated tank. • Design criteria and discussion of associated electrical, instrumentation, and controls necessary to operate the new pump station and elevated tank including integration into the existing SCADA system (alarms, graphical displays, tie-ins to other systems, etc.). Fort Worth Water Departmentrp . p r est Side IV Project Scope of Work A-4p=�CU c�� May 8,2001 • Manufacturer's data sheets providing information for the selected pumping units and other major equipment. • Discussion of architectural features of the pump station. Five draft copies of the technical memorandum with associated 11 x 17 drawings will be submitted to the FWWD for review. Two or three meetings will be conducted to maximize input from team members. One of those meetings will be to receive the FWWD'S comments. ENGINEER will prepare an agenda in advance of the meetings and minutes to document comments. Following receipt of the FWWD'S comments, the draft memorandum will be finalized and five copies distributed to the FWWD for record purposes. The memorandum will serve as the basis of design for the PROJECT. One copy will be sent to TNRCC at the time the final drawings are transmitted. Task 4 - Preliminary Opinion of Probable Construction Costs Prepare a preliminary opinion of probable construction cost for the PROJECT as defined in the technical memorandum. Submit five copies to the FWWD. Task 5 -Perform Geotechnical Investigation A geotechnical investigation will be conducted in the area of the new elevated tank and pump station locations through a subcontract. The purpose of the investigation will be to evaluate the near surface geological conditions and to provide geotechnical conclusions and recommendations regarding: • General subsurface conditions • Soil and geologic conditions at the site • Depth to groundwater or seepage • Excavation considerations • Recommendations for trenching and shoring, elevated tank and pump station foundation design to address bearing pressure, anticipated settlements, groundwater, swell potential, shear, compaction requirements, piling, and select fill requirements for structures construction. Up to 2 borings are anticipated at the pump station, up to 5 borings along the transmission main, and up to Fort Worth Water De artbnent .. est Side IV Project CoopD Scope of Work A-5 May 8,2001 4 for the elevated tank. After completing the field exploratory work and laboratory testing, an engineering analysis and report will be prepared summarizing findings and recommendations of the geotechnical investigation. Two copies of the final report will be submitted to the FWWD for record purposes. This task also includes ENGINEER'S labor effort to coordinate with the geotechnical engineer. Task 6 -Conduct Field Surveys and Prepare Legal Exhibits Provide field surveys, through a subcontract, to develop topographic survey of the pump station (approximately '/2 acre), elevated tank (approximately 1 acre), and transmission main alignment (a 50-ft wide corridor x 1 mile). Legal descriptions and exhibits will be prepared for the sites and transmission main alignment. It is anticipated that two exhibits/plats will be prepared for the pump station and tank sites and up to four exhibits for the transmission main alignment. This task also includes ENGINEER'S effort to coordinate with the surveyor and the City. Task 7—Utility Coordination Coordinate the location of the existing utilities (in proximity of new facilities) with the pertinent utility companies including telephone and/or written contact, forwarding of pertinent drawings, and coordination of specific utility company requirements. The FWWD's forces, if required, will conduct physical excavation of existing utilities for the surveyor to verify elevations of select pipes and/or utilities. Preliminary Phase Deliverables ➢ List of data requirements; data log; and follow-up data request letter as required. ➢ Preliminary conference agenda and meeting summary. ➢ Site photographs (one copy to the FWWD and one for the ENGINEER'S files). ➢ Draft and final technical memorandum (5 copies each, plus 1 final copy to TNRCC). i) C II b' C1 (^I , D Fort Worth Water Department �� ��( lUS U West Side IV Project Scope of Work A-6 �! U May 8,2001 ➢ Agenda and summary from review meetings. ➢ Preliminary opinion of probable construction costs (5 copies). ➢ Final geotechnical report(2 copies each). ➢ Survey in electronic format. ➢ Preliminary plats, if needed, for tank and pump station sites, easement/property legal descriptions and exhibits (6 total). ➢ Coordination letters/telephone memos to TNRCC, other regulatory agencies, and utility companies. B. DESIGN PHASE ENGINEER will perform Final Design Services as detailed in the following tasks. Task 1 -Deliverable Review Meetings Coordinate and attend deliverable review meetings to obtain and discuss FWWD review comments on design document submittals, to review progress, to discuss schedule and budget, and to discuss various technical issues. These meetings are anticipated to occur at the start of design, 50, 90 and 100 percent design milestones. A total of six meetings are anticipated. Prepare an agenda and develop meeting minutes to document key decisions, agreed action items and comments. As part of the first meeting, the team will confirm that the project objectives are aligned with the original vision for the project. Task 2 - Prepare Drawings and Specifications Prepare detailed drawings for the PROJECT. All drawings will be prepared in electronic format, AutoCAD 2000. The design will incorporate applicable Malcolm Pirnie and the FWWD'S standards. The basis of document preparation will be as delineated in the predesign memorandum. Substantive deviations from the technical design memorandum are not budgeted and will be considered an additional service. Prepare project specifications using the sixteen-division, modified three-part format of the Construction Specifications Institute. Front-end documents (Division 0) will be FWWD standard documents with recommended modifications by Malcolm Pirnie to suit the specific project conditions. The remaining Fort Worth Water Department UJVVVteVl ` s Side X Project Scope of Work A-7 ��nvr cr*-(rj2��/a1��);�/ May 8,2001 r ' VA<0)1 r flp VEX sections will be prepared by the ENGINEER using Malcolm Pirnie documents and the FWWD's standard requirements as applicable. At the 50 and 90 percent milestones, submit five 11 x 17 inch copies of the drawings to the FWWD for review. At the 50 percent milestone, five copies of the Division 0 and 1 specifications will be furnished and table of contents delineating the remaining sections. At the 90 percent milestone, five copies of the complete specifications will be submitted. It is anticipated that the FWWD will review the deliverables within two weeks after receipt for the 50 percent set and three weeks for the 90 percent set. Task 3 -Opinion of Probable Construction Costs Prepare an opinion of probable construction cost for the PROJECT, which includes summaries of bid items and quantities as appropriate. Provide three copies of the opinion of construction costs at the 50 and 90 percent design milestones and a final cost opinion of the anticipated construction cost prior to bid. Task 4 -Regulatory Approval Coordinate the review of drawings and specifications with TNRCC personnel. This includes transmitting one set of specifications, one set of 22 x 34 inch drawings, and one copy of the technical design memorandum to TNRCC, answering questions via telephone which may arise during the review process, and providing supplemental information to support the design. Task 5—Quality Assurance and Control All work products will receive an in-house quality control review by at least one of Malcolm Pirnie's technical director designates. This includes review of building permit submissions, drawings and specifications at the 50 and 90 percent design milestones. The 50 percent review will include a constructability review by an experienced Malcolm Pirnie field engineer or construction contractor. Final Design Phase Deliverables • Deliverable review meetings with agenda and minutes. Fort Worth Water Department est Side IV Project Scope of Work A-8 May 8,2001 • Drawings and specifications at 50 and 90 percent completion, as described above. • Final plat submissions for the pump station and tank sites. • Opinion of probable construction cost at the 50 and 90 percent and final design milestones. • One set of final plans, specifications, and technical design memorandum to the TNRCC. • Invoices and progress reports. C. BID PHASE ENGINEER will perform Bid Phase Services as detailed in the following tasks following completion of final design services. Task 1 - Furnish Reproducible Contract Documents Furnish copies of the Construction Contract Documents for a fee to Contractors for competitive bidding (22 x 34-inch or 11 x 17-inch drawings, specifications, notice to bidders, proposals, etc.). Task 2 -Bidding Assistance Assist the FWWD in bidding the contract including: • Furnishing the necessary project description (i.e. Notice to Bidders) for the advertisement of the project by the FWWD. The FWWD will pay the cost of advertisement in newspapers and periodicals. • Document inquiries from prospective bidders. The necessary responses to the prospective bidders will be provided in the form of addenda. Prepare addenda and distribute to drawing holders. A total of two addenda are anticipated per contract. • Attend a pre-bid meeting for each contract at the FWWD'S facilities and subsequent tour of the PROJECT site. Task 3 - Bid Opening and Evaluation Attend bid opening for each contract and prepare and distribute bid tabulation to the bidders. Evaluate Fort Worth Water Department l� �t��r,c r,�rr,,�D West Side IV Project Scope of Work A-9 v /f• t May 8,2001 NPN"EYX ON bids and prepare letter of recommendation of award to the FWWD. One member of the ENGINEER'S team will attend the bid opening for each contract. Task 4 -Prepare Formal Contract Documents Assist the FWWD in the preparation of conforming Contract Documents for execution by the successful bidder. Conform the specifications and drawings to conform to the addenda. Bid Phase Deliverables • Copies of drawings and specifications for bidding the contract. • Recorded final plat and required drawings, contract drawings and other items for building permit request. • Advertisement description for the project. • Telephone memos of the bidder inquiries. • Addenda. • Bid tabulation and recommendation of award. • Conforming copies of the Construction Contract Documents. D. CONSTRUCTION PHASE ENGINEER will perform contract administration support for up to three construction contracts as detailed in the following tasks. It is assumed the three contracts will be concurrent. Task 1 -Notice to Proceed Upon execution of the Construction Contract Documents by the FWWD and the Construction Contractor, the FWWD will issue the Notice to Proceed to the Construction Contractor. Task 2 -Preconstruction Submittals Upon issuance of the Notice to Proceed, the ENGINEER shall receive and review Construction Fort Worth Water Department p p JV2D West Side IV Project Scope of Work A-10 ��'J� �'= J 5` May 8,2001 Contractor's preconstruction submittals including, but not limited to, lists of subcontractors, schedule of values, progress and cash flow schedules, and submittal log. The ENGINEER will notify the Construction Contractor of any incomplete items or omissions and work with the Construction Contractor until a complete and correct set of preconstruction submittals has been accomplished. Task 3 -Preconstruction Conference The ENGINEER shall attend the preconstruction conference at the FWWD's facilities to discuss general and specific requirements for fulfilling the Construction Contract. The FWWD will be responsible for arranging the meeting and for the preparation and distribution of minutes. Task 4 - Review Submittals and Shop Drawings Submittals from the Construction Contractor will be received, logged, and reviewed by the ENGINEER. Applicable FWWD review comments, which are received in a timely fashion, will be combined with the ENGINEER's review comments. These submittals will then be distributed back to the Construction Contractor and other recipients within fifteen calendar days of ENGINEER's receipt. These submittals shall include shop drawings and material and equipment samples. The ENGINEER will maintain a submittal log describing the current status of all the Construction Contractor's submittals. The ENGINEER will maintain a submittal file that will contain a copy of all interim and final submittals by the Construction Contractor. Should Construction Contractor's submittal require more than two reviews by the ENGINEER, further review by the ENGINEER of that submittal shall be compensated by the Construction Contractor for City to reimburse the ENGINEER for these additional services. Task 5 - Interpretations and Clarifications The FWWD shall issue all instructions to the Construction Contractor pertaining to the ENGINEER'S design. At the FWWD request, ENGINEER shall issue necessary interpretations and clarifications of the Construction Contract Documents. Requests for Information, Requests for Field Alteration, and Field Alterations will be received, logged, and reviewed. Responses will be returned to the FWWD within seven days for distribution to the Construction Contractor. Fort Worth Water Department p West Side IV Project Scope of Work A-11 �' �V u�^= POP May 8,2001 I Task 6-Periodic Visits to the Construction Site The ENGINEER's Design Staff shall make an average of one visit to the PROJECT site every month to observe as an experienced and qualified design professional. ENGINEER shall observe the progress and quality of the executed work of the Construction Contractor and determine, in general, if such work is proceeding in general accordance with the Construction Contract Documents. One visit each month will be concurrent with the construction progress meetings. The ENGINEER's efforts will be directed toward providing a greater degree of confidence for the FWWD that the completed work of the Construction Contractor will conform to the Construction Contract Documents. The ENGINEER's obligation shall not relieve the Construction Contractor of responsibility for performing the work in accordance with the Construction Contract Documents. A total of 12 site visits is anticipated. Task 7 - Review Construction Contractor's Schedule and Payment Requests 7-1. The ENGINEER shall review Construction Contractor's progress schedule and provide comment to the FWWD. 7-2. The FWWD will receive and review the Construction Contractor's Monthly Application for Progress Payment. Task 8 -Change Orders and Time Extensions 8-1. The ENGINEER shall assist the FWWD develop all the change orders required for the Project. The ENGINEER will provide the design engineering necessary to support the change orders. The ENGINEER will develop the necessary Construction Contract Documents required to support the change orders including construction drawings and specifications. 8-2. The FWWD shall perform the negotiations for any adjustments in the contract price that may result from the change orders and will make the final determination as to the acceptability of the contract price adjustment. 8-3. The effort for this task is based upon an estimated total of three change orders and three time extensions per contract. l. Fort Worth Water Department 1 West Side IV Project Scope o Work A-12 l :p; `'���(�fi� d r�/ May 8 2001 p f V U c15 ?MT OU Y i I' 0 V��n✓'ui,'t1 8 VEX Task 9 -Substitutions and Variations The ENGINEER shall evaluate and determine the acceptability of substitute materials and equipment proposed by the Construction Contractor. The ENGINEER will provide the FWWD with a recommendation on the Contractor's proposed substitution. The ENGINEER will assist in negotiations on behalf of the FWWD, of any adjustments in the contract price that may result from the Contractor's proposed substitution. The FWWD will make the final determination as to the acceptability of the substitution. Task 10 -Soils and Materials Testing The FWWD will review the Construction Contractor's independent laboratory test results in accordance with Construction Contract requirements and report non-conforming results to the Construction Contractor. The ENGINEER will, if requested, review the results and provide recommendations for remedial action. The ENGINEER'S participation in this program does not relieve the Construction Contractor from providing its own quality control program to ensure compliance with requirements of the Contract Specifications. The level of effort for this task is based upon reviewing and providing recommendations for two non-conforming reports per contract. Task 11 -Record Drawings For each contract, the ENGINEER shall prepare for the FWWD one set of full size (22 x 34 inch) Mylar record drawings of the project showing the changes made during construction, including changes to electrical diagrams, schematics and other design drawings. The changes made by the ENGINEER on the drawings will be based on the marked-up prints, drawings, and other data furnished by the Construction Contractor to the ENGINEER. Task 12 -O&M Manuals The ENGINEER shall receive, from the Construction Contractor, and review the operation and ---------------- Fort Worth Water Department I.1-41FICY' 'e 00 ® est Side IV Project Scope of Work A-13 `'°����' May 8,2001 6 Q Gu ►' �VES. maintenance manuals on each equipment item as required by the Contract between the FWWD and the Construction Contractor. The ENGINEER will notify the Construction Contractor of any incomplete items or omissions and work with the Construction Contractor until a complete and correct set of operation and maintenance manuals have been assembled. The ENGINEER will transmit completed manuals, provided by the Construction Contractor, to the FWWD at the conclusion of the review process. Task 13 -Substantial Completion and Final Inspection 13 -1. The ENGINEER shall participate in an inspection with the FWWD to determine if the project is substantially complete and to determine if the work has been completed in general accordance with the Construction Contract Documents. The ENGINEER shall develop and provide to the FWWD a deficiency list developed from the observations made at the inspection for Substantial Completion. The FWWD will issue a Certificate of Substantial Completion should the inspection determine that such an issuance is warranted. 13 -2. The ENGINEER will participate in a final inspection with the FWWD and the Construction Contractor to determine whether the project is complete. ENGINEER will prepare a final punch- list of items to be completed or corrected by the Construction Contractor. 13 -3. A total of two-half day site visits are anticipated per contract. Task 14 -Progress Meetings ENGINEER shall participate in monthly progress meetings on an as needed basis to discuss the project progress and direction and specific technical aspects of the project. A total of 12 meetings are anticipated. Construction Phase Deliverables • Review letters for list of subcontractors, schedule of values, progress schedule and submittal log. Fort Worth Water Department (yi� �iC� 0 4! Q e est Side IV Project Scope of Work A-14 r. May 8,2001 T �[It-_;R1ES Q,Y • Shop drawing review letters. • Written response to RFI'S, RFO'S, and Field Orders. • Assistance in preparation of change orders. • Letters of recommendations for substitutions to the Construction Contract Documents. • Non-conformance letters. • One set of mylar record drawings. Construction Contractor's O&M Manual review letters. • Tentative substantial completion punch list and final punch list. E. ADDITIONAL SERVICES All services requested of the ENGINEER by the FWWD during the PROJECT that are not specifically described in the scope of work shall be provided by the ENGINEER as Additional Services. Some of these services could include the following: • Additional construction administration services in the event the construction is extended by more than 3 months. • Periodic site visits in excess of the number contained in Basic Services. • Development of an O&M manual. • Resident engineering services. • Preparation of special media or materials for presentation to City Council or Utility Advisory Board. • Attendance at meetings other than articulated in the basic services. • Revisions to the predesign memorandum and/or design which substantially deviates from the original concept for the project and/or predesign memorandum. • Evaluations of water plant site locations and development of design basis. Li GSC�uEPD �c'l�G ' o Fort Worth Water Department West Side IV Project Scope of Worlc A-15 May 8,2001 ATTACHMENT "B" COMPENSATION AND SCHEDULE WESTSIDE IV PUMP STATION, ELEVATED TANK AND TRANSMISSION MAIN I. Compensation The services will be compensated on a time and material basis. Labor costs will be compensated on the basis of the following hourly rate schedule: Classification Hourly Rate $/Hr Technician 1 $43 Technician 2 50 Technician 3 62 Technician 4 81 Technician 5 88 Technician 6 103 Technician 7 121 Technician 8 144 Engineer/Scientist/Architect 1 79 Engineer/Scientist/Architect 2 91 Engineer/Scientist/Architect 3 99 Project Engineer/Scientist/Architect 4 104 Project Engineer/Scientist/Architect 5 124 Senior Project Engineer/Scientist/Architect 6 148 Associate 175 Senior Associate 192 Officer 216 All rates presented apply to services rendered during calendar year 2001 and are subject to adjustment on January 1 of each subsequent year. Actual out-of-pocket expenses incurred during the progress of the work will be paid at cost plus 10 percent. Work performed by subconsultants will be reimbursed at cost plus 10 percent. The total compensation for all services shall not exceed$357,200 without prior written authorization of the City. II. Schedule The Scope of Services shall be completed in accordance with the following schedule following the receipt for the Notice to Proceed: • Preliminary Design 4 months _ • Final Design 8 months rVU�D� • Bid/Award 3 months L' �� IA, G`'E C, • Construction 14 months t IQ)�'��Q �I n Fort Worth Water Department !' 1 W West Side IV Project Compensation and Schedide B-1 May 8,2001 City of Fort Worth, Texas 4Vayor AndCouncil Communication DATE REFERENCE NUMBER LOPA G NAME GE 5/1/01 **C-18578 60PUMP 1 of 2 SUBJECT ENGINEERING AGREEMENT WITH MALCOLM PIRNIE, INC. FOR THE DESIGN OF THE WESTSIDE IV PUMP STATION, ELEVATED TANK AND TRANSMISSION MAIN RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Malcolm Pirnie, Inc. for design of the Westside IV pump station, elevated tank and transmission main for a total fee not to exceed $357,200. DISCUSSION: The Westside IV pump station and elevated storage tank are recommendations from the Water and Wastewater System Master Plan - Water System Plan, prepared by Camp, Dresser & McKee, Inc. (October 1989). This study was undertaken to provide a comprehensive plan of Fort Worth's future water service areas. The study shows the Westside IV elevated storage tank (W4-3) and the pump station (W4-1) to be constructed to serve new development in west Fort Worth, north of IH-30. With recent development in this area, these facilities are now needed. The facilities will include a 5 MGD (million gallons per day) pump station at the Westland ground storage tank site, a 1 MG elevated storage tank and transmission main. These facilities will serve the higher elevation property west of IH-820 and north of IH-30, and will improve existing water pressure in this area. This existing temporary pump station serves approximately 200 homes in the immediate area and uses no elevated storage. The proposed pump station will provide additional pumping capability of approximately 5 MGD to serve the growing Westside IV pressure plane and replace the existing Chapel Creek pump station. The 1 MG elevated storage tank will provide the required storage for the growing Westside IV pressure plane. The developer in this area agreed to participate in the cost of construction of these facilities based on water demand to serve its development. The engineer will evaluate the water requirements and develop a "master plan" for the proposed Westside IV pressure plane, determine the locations for the proposed elevated tank and transmission main, assist in easement and property acquisition for the transmission main and elevated tank, and prepare construction plans and specifications for the pump station project, elevated storage tank project, and water transmission main projects. Malcolm Pirnie, Inc. proposes to do this work for $357,200. Malcolm Pirnie, Inc. is in compliance with the City's M/WBE Ordinance by committing to 34% M/WBE participation. The City's goal on this project is 25%. The total authorized amount includes $7,500 for staff review. City of Fort Worth, Texas imAyor And Council Communication DATE REFERENCE NUMBER LOG NAMEPAGE 5/1/01 **C-18578 60PUMP 2 of 2 SUBJECT ENGINEERING AGREEMENT WITH MALCOLM PIRNIE, INC. FOR THE DESIGN OF THE WESTSIDE IV PUMP STATION, ELEVATED TANK AND TRANSMISSION MAIN FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Commercial Paper-Water Fund. MG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVED Mike Groomer 6140 CITY COUNCIL Originating Department Head: MY 1 2001 Dale Fisseler 8207 (from) PW77 531200 060770180240 $357,200.00 Additional Information Contact: Cita Secretary of the City of Fort Worth,Texas Dale Fisseler 8207