Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 35560
"'E i Y ��c`!�ET�,�Y ��� r�ON i RACE NO. CV CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Kimley-Horn & Associates, Inc. (the "ENGINEER"), for a PROJECT generally described as: Wholesale Water Metering Station Rehabilitations for City of Forest Hill, Town of Trophy Club and City of Hurst 1 and 2. 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 wn 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 dispufed or confesfed billing, only fhaf porrion so confesfed will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. rye -u STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 1 of 14 D ORIGINAL 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 signcantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 2 of 14 E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER'S personnel at a construction site, whether as on4te 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 on4te 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 STANDARD ENGINEERING AGREEMENT (REV 10106l05) Page 3 of 14 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. 1. Minority and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 4 of 14 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 certificates) 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 $2,000,000 aggregate Automobile Liability $1,000,000 each accident on a combined single limit or $250,000 Property Damage $5001000 Bodily Injury per person per occurrence A commercial business policy shall provide coverage on "Any Auto", defined as autos. owned, hired and. non -owned when said vehicle is used in the course of the PROJECT. STANDARD ENGINEERING AGREEMENT (REV 10/06lOS) Page 5 of 14 Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $100)000 each accident $500,000 disease - policy limit $1007000 disease - each employee Professional Liability $110001000 each claim $2,000,000 aggregate Professional liability shall be written on a claims -made basis and shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the City for each year following completion of the contract. (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 in 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 forty-five (45) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A: VII in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. STANDARD ENGINEERING AGREEMENT (REV 10l06l05) Page 6 of 14 (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. (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 in writing. (j) For all lines of coverage underwritten on a claims -made basis, other than Professional Liability, the retroactive date shall be coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims - made. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement and all insurance required in this section, with the exception of Professional Liability, shall be written on an occurrence basis. (I) Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. 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 STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 7 of 14 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 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 STANDARD ENGINEERING AGREEMENT (REV 10/06l05) Page 8 of 14 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'0 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 oIf the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perForm part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The 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 Is negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. 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. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 9 of 14 °15 1`, ',( �`� ,lu 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 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 STANDARD ENGINEERING AGREEMENT (REV 10106/05) Page 10 of 14 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, speccations, 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 CITY shall own the final designs, drawings, specifications and documents. 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. (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. STANDARD ENGINEERING AGREEMENT (REV 10l06/05) Page 11 of 14 (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 shall assign all or any part of this AGREEMENT without the prior wI itten consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. 1. 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. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 12 of 14 J. Altemate 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 attorneys fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.1., 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. STANDARD ENGINEERING AGREEMENT (REV 10/06/OS) Page 13 of 14 Attachments, Schedules, and Signatures This AGREEMENT, including its attachments AGREEMENT, supersedes all prior written or oral by a written amendment executed by both parties, are hereby made a part of this AGREEMENT: and schedules, constitutes the entire understandings, and may only be changed The following attachments and schedules Attachment A -Scope of Services Attachment B - Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Executed this theQff ay of Ak 2007. ATTEST: City Secretary C _ Contract Authorization Hate APPROV,E�D AS TO�F�ORM AND LEGALITY Assistant City Attorney �� ATTEST: STANDARD ENGINEERING AGREEMENT (REV 10/06/O5) Page 14 of 14 CITY OF FORT WORTH 11 Assistant City Manager APPROVAL RECOMMENDED A. Douglas Rademaker, P.E. Director, Department of Engineering KIMLEY-HORN � ASSOCIATES, INC. ENGINEER By: Glenn A. Gary, P.E. Senior Vice President ATTACHMENT "A" General Scope of Services "Scope of Services set forth herein can only be modified by additions, clarifications, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." GENERAL 1) Preliminary Conference with City The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the plans and specifications which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the design of the proposed street, and storm drain and/or water and wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnicallnvestigations The Engineer shall advise the City of test borings, and other subsurface investigations that may be needed. In the event it is determined necessary to make borings or excavate test holes or pits, the Engineer shall in coordination with the City and the City's geotechnical engineering consultant, draw up specifications for such testing program. The cost of the borings or excavations shall be paid for by the City. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. 5) Design Changes Relating to Permitting Authorities If permitting authorities require design changes, the Engineer shall revise the plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the -1- permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Plan Submittal Copies of the original plans shall be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering and shall become the property of the City. City may use such drawings in any manner it desires; provided, however that the Engineer shall not be liable for the use of such drawings for any project other than the project described herein; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the drawings without the written approval of the Engineer. PHASE 1 7) Right -of -Way, Easement and Land Acquisition Needs The Engineer shall determine the rights -of -way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights -of -way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights -of -way, easements, permits and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four (4) copies each. �) ®esign 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 any proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. -2- 10) Conceptual Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and water/wastewater facilities. The Engineer shall receive written approval of the Phase 1 Plans from the City 's project manager before proceeding with Phase 2. 11) Design Data The Engineer shall provide design data, reports, cross -sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City 's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract speccations far review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four (4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. -3- 10) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. PHASE 5 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. -4- 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. -5- EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: WATER IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for water improvements for the following: WHOLESALE WATER METERING STATION REHABILITATIONS CITY OF FOREST HILL, TOWN OF TROPHY CLUB, CITY OF HURST NO. 1 & NO. 2 CITY PROJECT NO. 00770 Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PART A —PRE-ENGINEERING The following tasks will be performed for each individual Wholesale Customer City site; City of Forest Hill, Town of Trophy Club, City of Hurst No. 1 and City of Hurst No. 2. Site specific tasks are broken out into separate sections (if necessary). 1. Initial Data Collection a. Pre -Design Coordination Meetings 1. ENGINEER will attend and document meetings to discuss and coordinate various aspects of the project. One (1) pre -design kick-off meeting is anticipated with each Wholesale Customer City. Each of these meetings is anticipated to be held separately and will include attendance by the CITY's Water Department, Department of Engineering and other departments that are impacted by the project. b. Data Collection 1. ENGINEER will identify and seek to obtain record drawings, historic flow meter data including average annual flows, daily totals for maximum month and daily totals for minimum month for year 2004, 2005 and 2006. The ENGINEER will identify and seek to obtain existing electrical service data and SCADA capabilities for each site from the EA 1-1 CITY and Wholesale Customer City and its representatives. The ENGINEER will identify and seek to obtain feedback from CITY Field Ops and SCADA Personnel regarding deficiencies in the existing meter station setup. c. Coordination with Other Agencies 1. During the concept phase the ENGINEER shall coordinate with all utility companies and their respective representatives, including utilities owned by the CITY and TxDOT. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all forms necessary for CITY to obtain permit letters from TxDOT and submit such forms to the CITY. After the permit application form(s) are signed by the CITY, the ENGINEER will be responsible for forwarding them to the appropriate agencies for execution. d. Alternative Metering Device Assessment 1. The ENGINEER will perform an assessment of turbine, venturi and ultrasonic doppler flow meters. The components of the assessment for each alternative will be based on the following: a. Meter Accuracy /Consistency of Accuracy across varying flow ranges b. Ease of maintenance c. Cost d. Reading Reliability e. Pressure Loss Across the Device f. Repair History g. SCADA capabilities h. Location of Dealers and Service Personnel i. History of Successful Operation j. Feedback from up to three (3) existing users 2. The ENGINEER will prepare a report outlining the alternative metering device assessment and submit ten (10) copies for CITY review. EAl-2 3. The ENGINEER will address CITY review comments and prepare four (4) final copies and submit to CITY and provide two (2) copies for Wholesale Customer City. 2. Progress Report 1. The ENGINEER shall submit a progress schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY. 2. The ENGINEER will prepare for and attend up to two (2) additional meetings with the CITY and City of Hurst. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS The following tasks will be performed for each individual Wholesale Customer City site: City of Forest Hill, Town of Trophy Club, City of Hurst No. 1 and City of Hurst No. 2. Site specific tasks are broken out into separate sections (if necessary). 1. Conceptual Engineering a. Surveys for Design 2. ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information which will be needed for use by the ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location and buried utilities, structures, and other features relevant to the final plan sheets. 3. The ENGINEER shall compile base plan from field survey data at 1" = 40' horizontal and 1" = 4' vertical scale. 4. ENGINEER will provide a copy of the following information upon request by the CITY: a. All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the CITY Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, EAl-3 etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, all drawing files shall be provided in MicroStation (DGN) or Autocad (DWG or DXF) format (currently Release 2002), or as otherwise approved in writing by the CITY, and all data colleted generated during the course of the project shall become the property of the CITY. b. The minimum information to be provided in the plans shall include the following: i. Project Control Sheet, showing Control Points, used or set while gathering A ata. Generally on a scale of not less than 1400: ii. The following information about each Control Point; a. Identified existing City monument, PK Nail, or 5/8" Iron Rod. b. Provide X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinates shall be on CITY Datum only. c. Provide Descriptive Location of each Control Point. iii. Provide Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. iv. No less than two horizontal control points, per right -of --way or easement location shall be provided. v. Provide Bearings given on all proposed centerlines, or baselines. vi. Provide Station equations when appropriate. 5. Public Notification and Personnel/Vehicle Identification (where applicable) a. Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name, limits, DOE project no., Consultant's project manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the CITY prior to distribution. b. When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry readily visible information identifying the name of the company and the company representative readily identifiable. b. Subsurface Utility Engineering for Design All company vehicles shall also be 1. The ENGINEER will recommend to the CITY locations of Subsurface Utility Engineering (SUE) services for this project. SUE services shall be performed by the ENGINEER'S sub -consultant. Four different levels of SUE will be identified in the recommendation. The following is a description of each level of service that may be recommended for SUE: a. Level D —Collect existing utility record information from utility purveyors, municipalities, counties, and other agency suppliers with the area of investigation. Typical utilities included are: primary electric, telephone, cable TV, fiber optic, gas, petroleum, water, sanitary sewer, and storm drain systems. b. Level C —Field locate and obtain horizontal position of visible utility surface features for all of the utility systems described within Level D. c. Level B —Indicate by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, including electromagnetic, sonic, and acoustical techniques. The utility markings on the ground are to be used for design purposes only and not for construction. d. Level A —Location (Test Hole) Services: Locating the horizontal and vertical position of the utty by excavating a test hole using vacuum excavation techniques and equipment. In performing locating (test hole) services ENGINEER will: i. Excavate test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. In performing such excavations, ENGINEER shall comply with applicable utility damage prevention laws and coordinate with utility inspectors, as required. Excavations will be performed using specially developed vacuum excavation equipment that is non-destructive to existing facilities. If contaminated soils are discovered during the excavation process, the ENGINEER will notify the CITY. EAl-5 ii. Investigate, evaluate, measure and record a) actual depth to top of the utility references to a marker installed directly above the centerline of the exposed utility structure and b) outside diameter of utility and configuration of non - encased, multi -conduit systems. . Furnish and install markers directly above the centerline of utility structure and in each excavated test hole. iv. Backfill around exposed facility using excavated materials. Excavations will be backfilled and compacted in lifts. Compaction will comply with permit requirements. v. Provide permanent restoration of pavement within limits of original cut. When tests holes are excavated in areas other than roadway pavement, these disturbed areas shall be restored as reasonably possible to the condition that existed prior to excavation. vi. Evaluate and compare field information with utility information described in utility records and resolve conflicts. c. Detailed Metering Station Site Visits 1. The ENGINEER will conduct a detailed metering station site visit to confirm the items discussed in the Pre -Design Kickoff Meeting (Part A.1.a.1), verify infrastructure shown on the Record Drawings (Part A.1.b.1) and verify all topographic features and existing utilities shown on horizontal and vertical survey. 2. The ENGINEER will prepare a Report to outline recommendations for site rehabilitation. The report shall include recommendations for existing piping, vaults or equipment that shall remain in place. d. Meter Size Verification 1. The ENGINEER will verify the existing wholesale water meter is sized appropriately to serve the Customer City based on historic flow meter data (Part A.1.b.1). The ENGINEER will include meter size recommendations in the report identified in Part B.1.c.2. EA1-6 �,� •� � /nu fit, � a �, iU �99 e. Conceptual Opinion of Probable Construction Cost 1. The ENGINEER will prepare conceptual opinion of probable construction cost (OPCC) for the wholesale metering station site rehabilitations. f. Conceptual Engineering Submittals 1. The ENGINEER shall submit six (6) conceptual 11"x17" exhibits depicting the information collected during the design survey to the CITY and two (2) exhibits to the Wholesale Customer City. 2. The ENGINEER shall submit four (4) copies of the Report outlining the detailed site visit recommendations and meter size verification to the CITY and two (2) copies to the Wholesale Customer City. 3. The ENGINEER shall submit two (2) copies of the Conceptual OPCC to the CITY. g. Conceptual Engineering Coordination Meetings 1. The ENGINEER will attend and document meetings, to discuss and coordinate the conceptual design with the following: a. One (1) meeting with CITY and City of Forest Hill after completion of both parties review of conceptual engineering submittals. b. One (1) meeting with CITY and Town of Trophy Club after completion of both parties review of conceptual engineering submittals. c. One (1) meeting with CITY and City of Hurst after completion of both parties review of conceptual engineering submittals. 2. Preliminary Engineering The CITY shall direct the ENGINEER in writing to proceed with Preliminary Engineering. Upon approval, the ENGINEER will prepare preliminary engineering submittals as follows: a. Overall water layout sheets and an overall easement layout sheet(s). b. Preliminary project plans sheets on 22" x 34 sheets that address the following: Project Site o Project Location Map o Survey Information Collected o Property Descriptions) o Easement Information (if applicable) o Yard Piping and Isolation Valves o Temporary Bypass Meter Scenarios Meter Vault (Plan View Only) o Vault Schematic with Internal Piping o Control Valves (if applicable) o Wholesale Meter Electrical (Plan View Only) o SCADA Equipment o Operational Alarms o Electrical Equipment Rack o Vault Lighting o Site Lighting (if applicable) o Evaluation of Wholesale Customer City SCADA requirements c. Existing utilities and utility easements will be shown on the plan and profile sheets. ENGINEER will coordinate with utility companies and the CITY to determine if any future improvements are planned that may impact the project. d. The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within CITY right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. e. The ENGINEER will prepare standard and special detail sheets for water line installation that are not already included in the D-Section of the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. f. The ENGINEER will prepare preliminary opinion of probable construction cost (OPCC) for the wholesale metering station site rehabilitations. g. Right -of -Way Research 1. The ENGINEER will conduct preliminary research for availability of existing easements where open -cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approval by the CITY. h. Right-of-way/Easement Preparation and Submittal 1. The ENGINEER will prepare one (1) utility easement document for the meter vault as required by the CITY and Customer City wholesale water agreement based on existing research information collected. 2. The ENGINEER will not act as right -of --way agent. This task does not include appraisal services, preparation of fee simple parcels, platting, preparation of access easements from right-of-way to meter vault or recording easements. All Services associated with Easement Acquisition, Appraisals, Fee Simple Parcels, Access Easements, Platting and Recording Easements will be performed by the Real Property division of the CITY's Engineering Department. 3. Preparation and submittal of right-of-way, easements and rights -of -entry will be in conformance with "Submittal of Information to Real Property for Acquisition of Property". i. Utility Clearance Phase 1. The ENGINEER will consult with the CITY's Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities and EAl-9 government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. 2. ENGINEER will design CITY faces to avoid or minimize conflicts with existing utilities. 3. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the CITY's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. j. Preliminary Engineering Submittals 1. Preliminary plans and specifications shall be submitted to CITY and Wholesale Customer City 45 days after receipt of all parties conceptual engineering review comments and written notice to proceed with Preliminary Engineering. 2. The ENGINEER will prepare an intermediate preliminary plan submittal for the City of Forest Hill site only and submit to the CITY and Wholesale Customer City. The ENGINEER will prepare for and attend one (1) meeting with the CITY and City of Forest Hill to discuss intermediate plan submittal. 3. The ENGINEER shall submit four (4) sets of preliminary construction plans and two (2) sets of specifications and contract documents to CITY for review. 4. The ENGINEER shall submit two (2) sets of preliminary construction plans to Wholesale Customer City for review. 5. The ENGINEER shall submit two (2) copies of a preliminary opinion of probable construction cost with the preliminary plans submitted to the CITY. ENGINEER shall assist CITY in selecting the solutions to be pursued. EAl-10 k. Preliminary Engineering Coordination Meetings 1. The ENGINEER will attend and document meetings, to discuss and coordinate the preliminaI design with the following: a. One (1) meeting with CITY and City of Forest Hill after completion of both parties review of preliminary construction plan submittal. b. One (1) meeting with CITY and Town of Trophy Club after completion of both parties review of preliminary construction plan submittal. c. One (1) meeting with CITY and City of Hurst after completion of both parties review of preliminary construction plan submittal. 3. Final Engineering The CITY shall direct the ENGINEER in writing to proceed with Final Engineering. Upon approval, the ENGINEER will prepare final engineering submittals as follows: a. Development of Wholesale Metering Station Design Standards 1. The ENGINEER will develop wholesale metering station design standard drawings and specifications for the CITY. The development of design standards will include the following: ■ Typical wholesale meter vault design plans • CITY equipment manufacturer preferences ■ General yard piping schematic • Optional equipment to be installed depending on site conditions ■ General notes ■ Customer City requirements ■ Property requirements • Associated control/security equipment design The ENGINEER will submit the vault and yard piping schematics in DWG format. The ENGINEER will submit the specification requirements in Word Document format. EAl-11 b. Existing 21-inch Trophy Club Water Line Dedication to CITY 1. The ENGINEER will provide property owner research and existing easement research utilizing the records of the Tarrant Appraisal District, the Deed Records of Tarrant County, the records of the Denton Appraisal District and the Deed Records of Denton County. The ENGINEER will also obtain copies of the existing Right -of -Way maps from TxDOT. The limits of the research will be from the southeast intersection of SH 377 & SH 170 and extend northeast along the southeasterly right -of --way line of SH 170 to SH 114 and then extend easterly along the south right-of-way line of SH 114 to Westlake Parkway (approx. 16,000 linear feet). The ENGINEER will provide an exhibit showing the names and addresses of current owners of existing parcels affected. The ENGINEER will provide documentation of all existing easements to the CITY. The CITY's Real Property Services and/or Legal Department will be responsible for the preparation of water main ownership transfer documentation or TxDOT permission transfer documentation. Survey work and/or Engineer assistance for preparation of this documentation will be considered additional services. 2. The ENGINEER will not act as right-of-way agent. This task does not include appraisal services, preparation of utility easements, locating property corners, platting or recording easements. All Services associated with Research Beyond Stated Limits, Easement Acquisition, Preparation of Easement Documents, Locating Property Corners, Appraisals, Platting and Recording Easements will be performed by the Real Property division of the CITY's Engineering Department. c. Final Engineering Submittals 1. The ENGINEER shall submit four (4) copies of the wholesale metering station design plans for CITY review. 2. The ENGINEER shall submit four (4) sets of 951/n construction plans and two (2) sets of 95% specifications and contract documents for CITY review. 3. The ENGINEER shall submit two (2) sets of 95% construction plans to Wholesale Customer City to review. 4. Following CITY approval of the 95%submittal, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas) and submit two (2) sets of plans and construction contract documents within 15 days of CITY 's final EAl-12 d. approval. Plan sets shall be used for Part C activities. 5. The ENGINEER shall submit two (2) copies of the final estimate UPIobable construction cost with the final plans submitted. 6. Following CITY approval of the wholesale metering design standards, the ENGINEER shall submit five (5) copies of the final design standards for CITY use. Final Engineering Coordination Meetings 1. The ENGINEER will attend and document meetings, to discuss and coordinate the final design with the following: a. One (1) meeting with CITY after completion review for wholesale metering station design standards b. One (1) meeting with CITY and City of Forest Hill after completion of both parties review of 95% construction plan submittal. c. One (1) meeting with CITY and Town of Trophy Club after completion of both parties review of 95% construction plan submittal. d. One (1) meeting with CITY and City of Hurst after completion of both parties review of 95% construction plan submittal. e. One (1) meeting with CITY to present final construction plans and contract documents. Mylar Submittals The ENGINEER shall submit a final set of mylar drawings for record storage as follows: 1. Water and sanitary sewer plans shall be submitted as one set of plans. Water and sanitary sewer plans shall be separate from paving and drainage plans. All sheets shall be standard size (22" x 34") with all project numbers (Water/Sanitary Sewer and TPW) prominently displayed. 2. For projects where paving/grading/drainage improvements occur on a Water EAl-13 Department funded project with no T&PW funding involved, a separate set of mylars with cover sheet shall be submitted for TPW. 3. Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There shall be one (1) PDF file for the Water plan set and a separate PDF file for the TPW plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: a. Water and Sewer file name example — "X-35667_org36.pdf' where "X-35667" is the assigned file number obtained from the CITY of Fort Worth, org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf b. TPW file name example — "W-1956_org47.pdf' where "W-1956" is the assigned file number obtained from the CITY of Fort Worth, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf c. Both PDF files shall be submitted on one (1) Compact Disk, which will become property of and remain with the CITY of Fort Worth. Floppy disks, zip disks, e-mail flash media will not be accepted. 4. For information on the proper manner to submit PDF files and to obtain a file number for the project, contact the Department of Engineering vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the DOE number and proper fund codes have been assigned and are in the Department of Engineering database. EAl-14 AS f PART C - PRE -CONSTRUCTION ASSISTANCE The ENGINEER assumes the project will be bid in two phases; Phase 1 —City of Forest Hill and Town of Trophy Club Rehabilitations and Phase 2 — City of Hurst No. 1 and No. 2 Rehabilitations. The ENGINEER will complete the following tasks for Phase 1 and 2 Bidding. 1. Administration a. Deliver Bid Documents 1. The ENGINEER will make available for bidding, upon request by the CITY, up to fifty (50) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Proposal will be delivered in electronic format. b. Bidding Assistance 1. The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders and respond to questions submitted to DOE by prospective bidders. Engineer shall attend the scheduled pre -bid conference. 2. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening, develop bid tabulations in hard copy and electronic format and return four (4) copies of the bid tabulation, along with the contract documents to the CITY within three (3) working days after bid openings. PART D -CONSTRUCTION PHASE SERVICES The ENGINEER will provide professional construction phase services for the purpose of providing assistance to CITY during construction. The ENGINEER assumes the project will be constructed in two phases; Phase 1 — City of Forest Hill and Trophy Club Rehabilitations and Phase 2 — City of Hurst No. 1 and No. 2. The following services will be performed for both Phase 1 and 2 construction: EAl-15 1. Preconstruction Conference a. The ENGINEER will attend (1) preconstruction conference for this project prior to commencement of Work. 2. Construction Survey a. Construction survey is not included in the scope of this project. 3. Site Visit a. Provide on -site construction observation services during the construction phase of the subject project. Observations will vary depending on the type of work being performed by the contractors, the location, and the contractors' schedules. Make a total of one (1) visit to the Site per month for this project in order to observe the progress of the Work. Such visits and observations by the ENGINEER are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on the ENGINEER'S exercise of professional judgment. Based on information obtained during such visits and such observations, the ENGINEER will determine if Contractor's work is generally proceeding in accordance with the Contract Documents, and the ENGINEER shall keep the CITY informed of the general progress of the Work. The purpose of the ENGINEER'S visits to the site will be to enable the ENGINEER to better carry out the duties and responsibilities assigned in this Agreement to the ENGINEER during the construction phase by the CITY, and, in addition, by the exercise of the ENGINEER'S efforts, to provide the CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents and that the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents has been implemented and preserved by Contractor. The ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall the ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and EAl-16 programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, the ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. 4. Shop Drawings a. Review and approve or take other appropriate action in respect to Shop Drawings for each metering station which the Contractor is required to submit, but only for conformance with the information given in the Contract Documents and compatibility with the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. Evaluate and determine the acceptability of substitute and "or equal" materials and equipment proposed by the Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of state or local government entities. Such review and approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs. 5. Clarification and Interpretations a. The ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by the CITY. 6. Differing Site Conditions a. Preparation of sketches to resolve problems due to actual field conditions encountered are not included in the scope for this project. 7. Record Drawings a. From the information submitted by the Contractor to the CITY, the ENGINEER will prepare record drawings on a mylar set of plans for each phase of this project. The ENGINEER will not provide the record drawings in any electronic format. EAl-17 8. Final Walk Through a. The ENGINEER will attend one (1) final site inspection visit for this project to determine if the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list so that the ENGINEER may recommend, in writing, a notice that the Work is generally in accordance with the Contract Documents to the best of the ENGINEER'S knowledge, information, and belief and based on the extent of the services provided by the ENGINEER under this Agreement and based upon information provided to the ENGINEER upon which it is entitled to rely. 9. Limitation of Responsibility a. The ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. The ENGINEER shall not have the authority or responsibility to stop the work of any Contractor. EP,1-18 II. ATTACHMENT "B" COMPENSATION AND SCHEDULE Engineering Design Services Associated with Wholesale Water Metering Station Rehabilitations City of Forest Hill, Town of Trophy Club, City of Hurst No. 1 & No. 2 City Project No. 00770 Compensation A. The Engineer shall be compensated a total lump sum fee of $315,913 as summarized in Exhibit "134'. Payment of the total lump sum fee shall be considered full compensation for the services described in Attachment "A" and Exhibit "A-1" for all labor materials, supplies and equipment necessary to complete the project. All permitting, application, and similar project fees will be paid directly by the City. B. The Engineer shall be paid monthly as described in Exhibit "B-1", Section 1-Method of Payment. C. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the Engineer. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 175 calendar days, after the "Notice to Proceed" letter is issued. A. Pre -Engineering — 23 calendar days B. Conceptual Engineering Plans — 45 calendar days C. Preliminary Engineering Plans and Contract Documents — 27 calendar days D. Final Engineering Plans and Contract Documents — 66 calendar days E. Final Plans and Contract Documents for bid advertisement —14 calendar days F. Construction Phase Services —165 calendar days EXHIBIT "B-1" (SUPPLEMENT TO ATTACHMENT B) METHOD OF PAYMENT City Project No. 00770 I. Method of Payment The ENGINEER shall be paid monthly upon receipt of an invoice on the basis of statements prepared from the books and records of account of the ENGINEER, based on the ENGINEERS' estimate of the percentage of completion of the project, such statements to be verified as to accuracy and compliance of the project, such statements to be verified as to accuracy and compliance with the terms of this contract by an office of ENGINEER. Payment according to statements will be subject to certification by the Director of the Department of Engineering or his authorized representative that such work has been performed. The aggregate of such monthly partial payments shall not exceed the following: Until satisfactory completion of Exhibit A-1, exceed 30 percent of the lump sum fee. Until satisfactory completion of Exhibit A-1, exceed 60 percent of the lump sum fee. Until satisfactory completion of Exhibit A-1, exceed 90 percent of the lump sum fee. Part B, Section 1 hereunder, a sum not to Part B, Section 2 hereunder, a sum not to Part B, Section 3 hereunder, a sum not to Balance of earnings to be due and payable upon delivery to the City record drawing documents as described in ExhibitA-1, Part D, Section 7. Note: If the ENGINEER determines in the course of making design drawings and specifications that the construction cost estimate of $1,590,000 as estimated in Exhibit "B-4A" will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the CITY's Director of the Department of Engineering and, if so instructed by the Director of the Engineering Department shall suspend all work hereunder. EXHIBIT "B-2" (SUPPLEMENT TO ATTACHMENT "B") HOURLY RATE SCHEDULE Engineering Design Services Associated with Wholesale Water Metering Station Rehabilitations City of Forest Hill, Town of Trophy Club, City of Hurst No. 1& No.2 City Project No. 00770 Kimley-Horn and Associates, Inc. Senior Professional 1 Senior Professional II Professional Designer Technical Support Clerical/Administrative Support Effective January 1, 2007 $180 - $220 $135 - $175 $75 - $120 $110 - $125 $60 - $105 MAMMON EXHIBIT "B-3A" (SUPPLEMENT TO ATTACHMENT B) SUMMARY TOTAL PROJECT FEES Engineering Design Services Associated with Wholesale Water Metering Station Rehabilitations City of Forest Hill, Town of Trophy Club, City of Hurst No. 1 & No.2 Consulting Firm Prime Consultant: Kimley-Horn and Associates, Inc. MWBE Consultants: Gorrondona and Associates, Inc Gorrondona and Associates, Inc. Gojer-McCreary, Inc. Non-M/WBE Consultants: FTW Reprographics Total Fee Amount: Project Description Engineering Services City Project No. 00770 Prime Responsibility Fee Amount Percent Engineering $207,914 65.7% Survey $41,250 13.1 Subsurface Utility Engineering $21,750 6.9% Electrical $43,000 13.6% Reproduction Scope of Service Water $2,494 $315,913 100% Total Fee M/WBE Fee Percent $315,913 $106,000 33.604 WATER EXHIBIT "B-36" (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SERVICES FEE SUMMARY Engineering Design Services Associated with Wholesale Water Metering Station Rehabilitations City of Forest Hill, Town of Trophy Club, City of Hurst No. 1& No.2 City Project No. 00770 ENGINEERING DESIGN Opinion of Probable Construction Costs X Curve A X 85% $1,590,000 X 7.0% X 85% $ 94,604.00 SURVEY DESIGN $ 41,250400 SUBSURFACE UTILITIES ENGINEERING $ 21,750400 ELECTRICAL ENGINEERING $ 43,000.00 REPRODUCTION $ 21494000 10% SUBCONSULTANT FEE $ 10,850400 ADDITIONAL SERVICES $ 101,965400 SUBTOTAL $ 315,913600 TOTAL FEE WATER DESIGN FEE $ 315,913.00 GRAND TOTAL $ 3153913.00 EXHIBIT "B-3C" (SUPPLEMENT TO ATTACHMENT B) TOTAL FEE SUMMARY 8DESIGN FEE BREAKDOWN Engineering Design Services Associated with Wholesale Water Metering Station Rehabilitations City of Forest Hill, Town of Trophy Club, City of Hurst No. 1& No.2 City Project No. 00770 A. SUMMARY OF TOTAL FEE Service Description Water Total Engineering Services including Additional Services $274,663400 $274,663,00 Survey Fee $ 41,250,00 $ 41,250.00 Total Fee $3159913.00 $3151913.00 B. BREAKDOWN OF WATER FEES (Less Survey Fees) 1. Total Water Fee (less Survey Feesl Breakdown by Concept. Preliminary and Final Design a. Concept (30%) _ (Total Water Fee —Survey Fees) x (0.3) _ $ 82,399.00 b. Preliminary (60%) _ (Total Water Fee —Survey Fees) x (0.6) _ $164,798.00 c. Final (10%) _ (Total Water Fee — Survey Fees) x (0.1) _ $ 27,466,00 $2741663.00 u�N' y�U R �n EXHIBIT "B-3D" (SUPPLEMENT TO ATTACHMENT B) FEES FOR SURVEYING SERVICES Engineering Design Services Associated with Wholesale Water Metering Station Rehabilitations City of Forest Hill, Town of Trophy Club, City of Hurst No. 1 & No.2 City Project No. 00770 Water Forest Hill Site Topographic Survey 1 LS x $6,000 $6,000 Easements 1 EA x $800/EA $800 Subsurface Utility Eng. 1 LS x $7,100 $7,100 Total $137900 Trophy Club Site Topographic Survey 1 LS x $8,000 $8,000 Easements 1 EA x $800/EA $800 Subsurface Utility Eng. 1 LS x $4,900 $4,900 Total $13,700 Hurst No. 1 Site Topographic Survey 1 LS x $7,000 $7,000 Easements 1 EA x $800/EA $800 Subsurface Utility Eng. 1 LS x $4,900 $4,900 Total $12,700 Hurst No. 2 Site Topographic Survey 1 LS x $7,000 $7,000 Easements 1 EA x $800/EA $800 Subsurface Utility Eng. 1 LS x $4,900 4 900 Total $12,700 Trophy Club ?1-inch Water Line Dedication Ownership Research 1 LS x $10,000 10 000 Total $10,000 Survey Services Total $63,000 Water Department (Water) Subtotal $633000 EXHIBIT "B-3E" (SUPPLEMENT TO ATTACHMENT B) FEES FOR REPRODUCTION SERVICES Engineering Design Services Associated with Wholesale Water Metering Station Rehabilitations City of Forest Hill, Town of Trophy Club, City of Hurst No. 1& No.2 City Project No. 00770 SETS /SHEET SHEETS 1 Conceptual Engineering - Plans ($1.00/sheet x sheets/set) 2 Preliminary Engineering - Plans ($ 1.00/sheet x sheets/set) Specs ($0.10/page x page/report) 3 Final Design - Plans ($1.00/sheet x sheets/set) Specs ($0.10/page x page/report) Mylar Cover Sheets ($10.00/sheet x sheets/set) 4 Bid Advertisement - Plans ($1.00 /sheet x sheets/set) Specs ($0.10/page x page/report) 5 Final Mylars Plans ($10.00/sheet x sheets/set) Reproduction Services Total Water Department (Water) Subtotal TOTAL 14 $ 1.00 5 $ 70.00 12 $ 1.00 12 $ 144.00 4 $ 0.10 200 $ 80.00 14 $ 1.00 15 $ 210.00 4 $ 0.10 200 $ 80.00 1 $ 10.00 1 $ 10.00 50 $ 1.00 15 $ 750.00 50 $ 0.10 200 $ 1,000.00 1 $ 10.00 15 $ 150.00 $ 2,494.00 $ 2,494.00 EXHIBIT "1:5-3F" (SUPPLEMENT TO ATTACHMENT B) FEES FOR ADDITIONAL SERVICES Engineering Design Services Associated with Wholesale Water Metering Station Rehabilitations City of Forest Hill, Town of Trophy Club, City of Hurst No. 1 & No.2 City Project No. 00770 General Additional Services: Coordination & Meetings Alternative Metering Device Assessment Detailed Metering Station Site Visits Meter Size Verification Develop FTW Design Standards for Future Meter Sites 214ch Trophy Club Water Line Dedication Pre -Bid Conferences (Phase 1 & 2) Bidders Questions (Phase 1 & 2) Bid Openings (Phase 1 & 2) Pre -Construction Conferences (Phase 1 & 2) Record Drawings (2 sets — Phase 1 & 2) SUBTOTAL Water Department Additional Services: Construction Period Observations (Phase 1 & 2 Construction) Shop Drawing Reviews (Phase 1 & 2 Construction) Clarifications & Interpretations (Phase 1 & 2 Construction) Final Walk Through (Phase 1 & 2 Construction) SUBTOTAL TOTAL FOR ADDITIONAL SERVICES Additional Services Total $ 17,520.00 $ 11,480.00 $ 10,440.00 $ 4,040.00 $ 14,320,00 $ 11010000 $ 570.00 $ 3,160.00 $ 570.00 $ 570.00 $ 2,640.00 $ 66,320.00 $ 15,800.00 $ 11,170.00 $ 5,825.00 $ 2,850.00 $ 35,645.00 $ 101,965.00 W W U Z W = W U � a J m Q O W X W a W W 0 J LL a w U) un N O Z C 06 L O �- 3 (6 O D — Z t Q O 3 O V o as > G � aZ rn N C O V � m 01 O O a_ �2 ten. o 0 c - O W t LL U kO N � Of O O Vf di O O V3 N N N O O � tOD N D aCfi d) 69 b1 o o a O f0 O N N O? 0 O N N O O V O O N N 0 N N N N 0 d> V1 4A 0 0 N f�1 v t") Vf Vi r to N N N N OD CO N N N CO N N c� V M �; 49 V) Vi VI c 0 V C 2 N 75 0 2 .) U m o c d N U O C U) U o _ O U N u U O d O) d d J L d C O S E V N J 2 N N O O mQ.. N"*6 d v� o o W O O 2 '_ u �' u m c d m d c ~~ ~ a w Z y= U -> C W r0 t N M N y H m m N O d d Cn d f/J c O yc 0 a n- v�l a r t W c m U co V) LW C dCW W d -O> c X� p »C O a 'm- yO a CaV �U GO m m m d N t .. F- O bO V m C t0 N O L y d C 2 0 Q Q w U U U lL F- 2 CL O V o> U > m O U Q U � �d-' O `' lU W W y C O N@> d d v V 'O N y Q Q m C O L m C w d (9U 0 30 d SUN GL mm n.a� mm 3U in UE com d u_ m d UL EXHIBIT B-4A City of Fort Worth Whoesale Water Metering Station Rehabilitations City of Forest Hill, Town of Trophy Club, City of Hurst No. 1 & No. 2 City Project No. 00770 Kimley-Horn &Associates, Inc. Opinion of Probable Construction Cost Client: City of Fort Worth, Texas Date: 7/10/2007 Project: Wholesale Water Metering Stations Prepared By: BLS KHA No.: 061018.xxx Checked By: GAG Title: Summary Sheet: 1 of 5 Item No. Item Description Item Cost 1 City of Forest Hill Site Total: $380,000 2 Town of Trophy Club Site Total: $370,000 3 City of Hurst Site No. 1 Total: $410,000 4 City of Hurst Site No. 2 Total: $4309000 Grand Total: $195905000 For the basis of this cost projection, the Engineer assumed each site will be completely renovated and reconstructed. The use of existing vaults or equipment will be determined during the design phase of this project. Basis for Cost Projection: ❑✓ No Design Completed ❑ Preliminary Design ❑ Final Design This total does not reflect engineering or technical services and does not include the costs associated with right-of-way or easement acquisitions. P:\000008.024\FTWORTH\Wholesale_Water_Meters\PPP\KHAContract\DOE_Contract_used\2007 07 10 revisions\Exb B- 4A_0PCC_NoDesig nComplete_2007-07-10.x1s Kimley-Horn 8� Associates, Inc. Opinion of Probable Construction Cost Client: City of Fort Worth, Texas Date: 7/10/2007 Project: Wholesale Water Metering Stations Prepared By: BLS KHA No.: 061018.xxx Checked By: GAG Title: City of Forest Hill Site Sheet: 2 of 5 Item No. Item Description Quantity Unit Unit Price Item Cost General Items 1 Mobilization 1 LS $15,000.00 $15,000 2 Temporary Water Pollution Control 1 LS $3,500.00 $3,500 3 Trench Safety 1 LS $10,000.00 $10,000 4 Temporary Bypass with Meter 1 LS $25,000.00 $25,000 5 Remove Exisiting Meter Vault &Equipment 1 LS $20,000.00 $20,000 6 Yard Piping Improvements 1 LS $12,000.00 $12,000 7 Concrete Meter Vault 1 EA $15,000.00 $15,000 8 Air Release Valve 1 EA $800.00 $800 9 Pressure Transmitter 1 EA $500.00 $500 10 Vault Piping 25 LF $350.00 $8,750 11 Meter Assembly (Existing 16-inch) 1 EA $75,000.00 $75,000 12 Vent Fan 1 EA $500.00 $500 13 Sump Pump 1 EA $1,200.00 $1,200 14 Double Door Access Hatch 1 EA $1,500.00 $1,500 15 Single Door Access Hatch 1 EA $1,200.00 $1,200 16 Access Ladder w/ Safety Post 1 EA $1,000.00 $1,000 17 Sampling Station 1 EA $750.00 $750 18 Vent Pipe w/ Screen 1 EA $750.00 $750 19 Fire Hydrant Assembly 1 EA $2,500.00 $2,500 20 SCADA Tower 1 EA $5,000.00 $5,000 21 Electrical/SCADA Equipment &Rack 1 EA $10,000.00 $10,000 22 Electrical Conduit Improvements 1 LS $10,000.00 $10,000 23 Electrical Rack Canopy 1 EA $3,000.00 $3,000 24 Controls &Instrumentation (FTW) 1 LS $60,000.00 $60,000 25 Controls &Instrumentation (Customer City) 1 LS $60,000.00 $60,000 Site Specific Items (None) Basis for Cost Projection: ubtotal: ❑� No Design Completed I�Conting. (%,+/-) 10 ❑ Preliminary Design Total: ❑ Final Design This total does not reflect engineering or technical services and does not include the costs with right-of-way or easement acquisitions. ; > ? �a%, • ;, � �;�r,(,a�':�,�;Jy� P:1000008.024\FTWORTH\Wholesale_Water_MeterslPPP\KHAContract\DOE Contract_used\2007 07 ,10; teviSiori�\EXIT. B`; .� 4A_OPCC_NoDesignCorri�lete 20Q707�10`.xls' l �1 .', n',1�'�'� r� I�I4L��0 $342,950 $37,050 $380,000 rximley-Horn &Associates, Inc. Opinion of Probable Construction Cost Client: City of Fort Worth, Texas Date: 7/10/2007 Project: Wholesale Water Metering Stations Prepared By: BLS KHA No.: 061018.xxx Checked By: GAG Title: Town of Troph Club Site Sheet: 3 of 5 Item No. Item Description Quantity Unit Unit Price Item Cos General Items 1 Mobilization 1 LS $15,000,00 $15,000 2 Temporary Water Pollution Control 1 LS $3,500,00 $3,500 3 Trench Safety 1 LS $10,000600 $10,000 4 Temporary Bypass with Meter 1 LS $251000.00 $25,000 5 Remove Exisiting Meter Vault & Equipment 1.0 LS $20,000400 $20,000 6 Yard Piping Improvements 1 LS $12,000,00 $12,000 7 Concrete Meter Vault 1 EA $13,000.00 $13,000 8 Air Release Valve 1 EA $800.00 $800 9 Pressure Transmitter 1 EA $500,00 $500 10 Vault Piping 25 LF $325.00 $8,125 11 Meter Assembly (Existing 1Nrich) 1 EA $60,000400 $60,000 12 Vent Fan 1 EA $500,00 $500 13 Sump Pump 1 EA $1,200.00 $1,200 14 Double Door Access Hatch 1 EA $11500.00 $1,500 15 Single Door Access Hatch 1 EA $11200.00 $19200 16 Access Ladder wl Safety Post 1 EA $1,000,00 $13000 17 Sampling Station 1 EA $750400 $750 18 Vent Pipe w/ Screen 1 EA $750.00 $750 19 Fire Hydrant Assembly 1 EA $2,500400 $2,500 20 SCADA Tower 1 EA $5,000,00 $5,000 21 Electrical/SCADA Equipment & Rack 1 EA $10,000400 $10,000 22 Electrical Conduit Improvements 1 LS $10,000.00 $10,000 23 Electrical Rack Canopy 1 EA $3,000400 $3,000 24 Controls & Instrumentation (FTW) 1 LS $601000.00 $60,000 25 Controls & Instrumentation (Customer City) 1 LS $601000400 $60,000 Site Specific Items 1 Site Fencing 1 LS $51000.00 $52000 Basis for Cost Projection: ubtotal: $330,325 Fal No Design Completed (Costing. 10 $39 ❑ Preliminary Design Total: $370 ❑ Final Design This total does not reflect engineering or technical services and does not include the costs associatec with right-of-way or easement acquisitions. P:\000008.024\FTWORTH\Wholesale Water Meters\PPP\KHAContract\DOE_Contract_used\2007 07 10 revisions\Exb 8- 4A_OPCC_NoDesignComplete_2007-07-10.x1s Kimley-Horn &Associates, Inc. Opinion of Probable Construction Cost Client: City of Fort Worth, Texas Date: 7/10/2007 Project: Wholesale Water Metering Stations Prepared By: BLS KHA No.: 061018.xxx Checked By: GAG Title: Ully of Hurst Site No. 1 Sheet: 4 of 5 Item No. Item Description Quantity unit unit Price Item Cos General Items 1 Mobilization 1 LS $15,000600 $15,000 2 Temporary Water Pollution Control 1 LS $31500,00 $3,500 3 Trench Safety 1 LS $10,000600 $10,000 4 Temporary Bypass with Meter 1 LS $25,000.00 $25,000 5 Remove Exisiting Meter Vault & Equipment 1.0 LS $20,000400 $20,000 6 Yard Piping Improvements 1 LS $121000.00 $12,000 7 Concrete Meter Vault 1 EA $20,000400 $20,000 8 Air Release Valve 1 EA $800.00 $800 9 Pressure Transmitter 1 EA $500400 $500 10 Vault Piping 25 LF $400400 $10,000 11 Meter Assembly (Existing 18-inch) 1 EA $851000.00 $85,000 12 Vent Fan 1 EA $500,00 $500 13 Sump Pump 1 EA $1,200400 $1,200 14 Double Door Access Hatch 1 EA $11500.00 $1,500 15 Single Door Access Hatch 1 EA $1,200,00 $1,200 16 Access Ladder w/ Safety Post 1 EA $1,000400 $1,000 17 Sampling Station 1 EA $750.00 $750 18 Vent Pipe w/ Screen 1 EA $750.00 $750 19 Fire Hydrant Assembly 1 EA $2,500.00 $2,500 20 SCADA Tower 1 EA $51000.00 $5,000 21 Electrical/SCADA Equipment & Rack 1 EA $10,000,00 $109000 22 Electrical Conduit Improvements 1 LS $10,000400 $10,000 23 Electrical Rack Canopy 1 EA $31000.00 $3,000 24 Controls & Instrumentation (FTW) 1 LS $60,000400 $60,000 25 Controls & Instrumentation (Customer City) 1 LS $60,000.00 $60,000 Site Specific Items 1 Remove and Replace Perimeter Fencing 1 LS $8,000.00 $8,000 2 Access Drive 1 LS $5,000400 $5,000 Basis for Cost Projection: Subtotal: $372,200 0 No Design Completed Contin %,+/- 10 $37,800 ❑ Preliminary Design Total: $4109000 ❑ Final Design This total does not reflect engineering or technical services and does not include the costs associatec with right-of-way or easement acquisitions. P:\000008.024\FTWORTH\Wholesale Water Meters\PPP\KHAContract\DOE_Contract_used\2007 07 10 revisions\Exb B- 4A_OPCC_NoDesignComplete_2007-07-10.x1s Kimley-Horn & Associates, Inc. Opinion of Probable Construction Cost Client: City of Fort Worth, Texas Date: 7/10/2007 Project: Wholesale Water Metering Stations Prepared By: BLS KHA No.: 061018.xxx Checked By: GAG Title: Cn of Hurst Site No. 2 Sheet: 5 of 5 Item No, Item Descri tion Quantity Unit Unit Price Item Cost General Items 1 Mobilization 1 LS $15,000400 $15,000 2 Temporary Water Pollution Control 1 LS $3,500,00 $3,500 3 Trench Safety 1 LS $10,000000 $10,000 4 Temporary Bypass with Meter 1 LS $252000.00 $25,000 5 Remove Exisiting Meter Vault & Equipment 1.0 LS $201000.00 $20,000 6 Yard Piping Improvements 1 LS $121000.00 $12,000 7 Concrete Meter Vault 1 EA $25,000.00 $25,000 8 Air Release Valve 1 EA $800,00 $800 9 Pressure Transmitter 1 EA $500.00 $500 10 Vault Piping 25 LF $450.00 $11,250 11 Meter Assembly (Existing 30-inch) 1 EA $100,000,00 $100,000 12 Vent Fan 1 EA $500,00 $500 13 Sump Pump 1 EA $19200400 $1,200 14 Double Door Access Hatch 1 EA $1,500400 $1,500 15 Single Door Access Hatch 1 EA $1,200400 $1,200 16 Access Ladder w/ Safety Post 1 EA $1,000.00 $12000 17 Sampling Station 1 EA $750.00 $750 18 Vent Pipe w/ Screen 1 EA $750.00 $750 19 Fire Hydrant Assembly 1 EA $21500.00 $2,500 20 SCADA Tower 1 EA $51000.00 $5,000 21 Electrical/SCADA Equipment & Rack 1 EA $10,000000 $10,000 22 Electrical Conduit Improvements 1 LS $10,000.00 $10,000 23 Electrical Rack Canopy 1 EA $3,000,00 $3,000 24 Controls & Instrumentation (FTW) 1 LS $60,000,00 $60,000 25 Controls & Instrumentation (Customer City) 1 LS $601000.00 $60,000 Site Specific Items 1 Remove and Replace Perimeter Fencing 1 LS $8,000000 $8,000 Basis for Cost Projection: Q No Design Completed ❑ Preliminary Design ❑ Final Design This total does not reflect engineering or technical services and does not include the costs associatec with right-of-way or easement acquisitions. P:\000008.024\FT WORTH\Wholesale_Water_Meters\PPP\KHAContract\DOE_Contract_used\2007_07_10_revisions\Exb_B- 4A_OPCC_NoDesignComplete_2007-07-10.x1s ATTACHMENT C CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Wholesale Water Metering Station Rehabtations City of Forest Hill, Town of Trophy Club, City of Hurst No. 1 & No. 2 City Project No. 00770 There are no changes or amendments to the Standard Agreement. — ' I ii a i I i I LL I N Z 0 Z En z O V _T ° CU U � m s n. 0 t`- o a' 3 o a cc ca � = S to O O N Z Ilk O m L U" O a ee a oo m e e ©o 0 o o I r c U g n.' a A 'A ja ILL v n - I$ ZE 0 •� r n In n �r n n r n 0 0 0 o �r Ala Ic;! N m N m FS � m �i m m n n O 1 0 O m O t� O O. 0 J O m .` I A O U m C N N > L I,N - I wl '= I0 m :0 od L ca � a u vJ m o y 3� 3 I.. l m H •- � m =,w aV c � E c cc o m `�m wy I K a E x az °a w aV ul mm ,z N E £ n w a s R W mI ;t 0 a �Im a x 8 o s m T = m LL ¢ m — ti x �= x O X m` O U o_ p° U ;U U_ 0 V i2 N LL U _ LL E :� z _ c 0 m o � O t o� V - a`o i i I I� I I I a LL N Z Cd o 6 Z o � o (U U T L CL O F- c LIS 0 IS IS f- o c N O O Z N O m a ULL V N 016 Ya e I o � E m ca 00 o 0 0 0 0 0 E f LL IF LL ''3 3 3 Elfw 3 iN F If 3 f 13 2 2 2 i H G 1 4 n Cu 0 0 0 0 o za20 m m m mZ3 iz:m m m m i� m o o Ig �'� ' ' � to `6 3 t- o :o0 o s I N r r> m S r s m a mm a 9 p`> v l ve r l N o m N m N Ih n n N v yt m LM N = N ! >L o' LL It O � 2 y LL U IV = U U to 15ma t y la S n75 v m E 'o. '° a U E a U A c n. a a` a 3 Ua O a a a d — c fn ry a l e to Z O> UO E Z m c c L w= r d o c J j O `m :� E c Q y A G m= a liw O a' w :2 a` � e Iti vd o a o o A $ — a`a N Z O e Z Z � 2 FIE] c p o — _T U U CL to e O it O ¢ 3 o Ho — w w = — - O o c m o Z m E o LL a U w N N O' = > Q n y cU N O IL a�0 E E IL [ .A im IN A m 0 a a a N o m' a EIN M V ` = m li '4 N ° N O' N — ~' ',� LL H _..3 F 2' 2 2F LL f- LL f ! f 3.3 1'- �= j� 3 1= 2 3 t` r c o o a O Y CA N m N m j� IN m o_ O_ ` a� m m ILL ��� _ �LL I� -,f m � • m N LL � r LL m LL LL r r r r r r�� IL i7 r r� LL LL LL %i.��. i, mI% . .i. N `=- 43) O -12 o d o o c L K rc f o o U m E �n t '. o `-' _ c _ o E a' U E E; a LL IL U u U E E E m a m LL E c n m L m 3 o m i i _ o c - U V_ U U W= a U o m - - m I; rn x x,in m w z o o m 9° a m>> t m o UI m I�Icic E n E of �� a> a m U° m 9 �, Ua n a a j� s 8 a 310 y ci 3 a F U o¢ rn '2 '.¢ m m c a` iy U c� 2 '2 w o m O o ln' m rn ci 3 �� of E 0 E IE ;LL o> I� m ' o Z a w o r u _ m LL - 1 c r LL 0 f; Q I LL N N i o Z � m z � U t� o CL O Q C F r — n u = C) O C N O Z E O LL a L O U w N a c6 O •� I � � III m .- `� `� �, � N a �� a E a` m .- toQ o E o o o o Qo^ o o N U U 0 co r I a rn N � — - - - N y i = is n E = U= LIE C w= . in a y= 0 E n m= m tj a 3 I9 n S 3 Z m U c Q m 0 E H TIQ m a<< E -�Qo mZ rn _`n m _ U U n- 2 E O O � Ov_ InW O U u> ' m o � oZ U iz m d 2 2 I Q m m D N m mIn O 1 m i0 .^IM _ h IN _ In inQI� U N m C yy p 0 N i h �> E ma IQ i N — N e o - O Z � Z - _T U .C] U T Vl L CL O H O <' Mi 3 - - O F- o w w n c � o `o EZ d U a .c U O w O O Q �p a` CID iis c 0 r ro m IQ 'a In IfI,a %' IV .� a 0 M9I�i N M M a a a m 0 5 m m o o - L O' zi U U N _ a 'W H IUI E ° G = - ID E 0 0 o In ,U o o ci �� _ ii c c m o u f= U U r �o Q j ~ o ob —M16 iTiao 0 C a) E L � Q v Q O L L O W a) E a> Q Q U) LL J Q H � U m Q fn C O f0 n r n n r r r n r n n r n r n r n n n n n r r n r n n ao ao co 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N V' O O O N m m N •_ O (D M t0 (D (\ O m r n n r O th M n M O •�- N r M M c` M O `- O O �-- O O N (\ N •C CD r CD r 00 r (p 00 rn rn in co CO 00 CO 00 CO LL 0 r n r n r n r r n r n r n n r n r n r r n n n n n r n r n ao 00 W o 0 0 0 0 0 0 0 0 0 0 0 0 0 Co 0 0 0 Cl 0 0 0 0 0 0 0 0 0 0 0 0 (n O O O O O O O O O O O O O Co O O O O Cl O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O d. O O O �- O O O \ V' 00 N LO O M V' O O M M ` .- M c\ c\7 M M M N M M O 61 O O M N O O O O O tD (D (0.- a N N N Cn w N N (n fn w N (nw N to N N N (n V) (n N N N (n 0 fn (n (n ca Ca (a a3 aS (a (a m m (a m (a (a (a (a m Ca (a Ca m (a (a m (a m (a m N a a a a a a a a a v a a a a a a a a a a a a aM Mc0 i 'ct M N M CD n (n(n N un to 0)CO N N CD CDN 0)(n4T N N M N N N N N (O N N m co w M 7 C Q) O N E ) (n (n a) O N m U Q c NmaU .`N-. U= N = S U N N LL __ S C U N LL= c a) -Op U U N N O C c (� a LL S N J w c LL N _ S N O O S S LL N N .- to (�-- C O O (a LL ll. S a c -w O C N O n 7 m m CPI o a)_ O C .N `�_ U C U C N i c c N U) O N Y.. Q) al d d w ca w m m a`) (D a E a E a`) caa a) a U) a� a cn an d cn m a' c E c c c > ca mt U o 0 Co a to (D a)(aD n a m f6 d d o- a� d n U) U) a� (n 2 2 co o as m E m ca E c L a c (a m �' m c tt1 a> m m ca m c c (� W" N = a� a) 2 N N N N 2 N N � o c � c c j c :p C � ( � c C o Q to cn o a n w a` a CL m a na c o t` ii m ii LL m ii p v o 0 z o O U n. ii m m U U FOREST HILL SITE ?e� _ Ff ens ��Q sBF�RQ O`,Pv P� F- U) H0 c`"i NRO z w a. 07 CARDIN L RIDGE RD FRISCO DR C N 00 O U SS28 ATE 20 SIIRE:[ WAI 04/1e/2an N ursa;N: c{c Wholesale Water FOREST HILL SITE ItJ tey-Horn and Associates, Im DRAWN, ` E1 Metering Station FCouncil District #5 u Revision to air cia:iz `��' Tw REHABILITATIONS OV 4 St1I;Is 1S Ki(A No- 0kioiassx FTW Mapsco #92Q s sin�:r:r I)�•n_ DCSIGk- ,,', L air•.a:Il> 0I'4SI1I:14:1S KIIAVG 0 LOSSOM LN DAISY HARDiE ST I "SST NU.1 SITE w w z I- (M) z U w w a HURST BLVD MJI6/�7 cA<; Wholesale Watet HURST NO. 1 SITE �"= Metering Station CID FTW Council District #4 REHABILITATIONS FTW Mapsco #52Z n lolr x\N o 3ST OO 3 LL NARDr \ z �O HURST BLVD i SITE IS BEHIND � KELLY MOORS o PAINT FACILITY BETTY LN r� H U HURST N0.2 SITE HURST BLVD sut�.rr ua•,r_n+nc/?ou1 ursic�: <:.�c. Wholesale Water HURST N0.2 SITE E3 """"�` "' ` Metering Station cmxacu> cm FTW Council District #4 or• 4 SHEVIN tiIn No.: ocunasxl HABILITATIONS FTW Mapsco #52Z HY CLUB SITE J' � Grub t<oPh% SIItiT:'r. onrt wnc�,�� nenc� c:.+c Wholesale Water E4 nR."`N: "" Metering Station <anx:a ciu REHABILITATIONS OF 4 SI If P: lS KHAN()' n iaasxx SSA N TROPHY CLUB SITE Near FTW Council u, F District #2 FTW Mapsco ##10H 11, rage 101 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, July 10, 2007 LOG NAME: 30METERING-KH REFERENCE NO.: **C-22234 SUBJECT: Authorize Execution of an Engineering Agreement with Kimley-Horn and Associates, Inc., to Design Wholesale Water Metering Station Rehabilitations for the City of Forest Hill, Town of Trophy Club and City of Hurst 1 and 2 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Kimley-Horn and Associates, Inc., in the amount of $315,913.00 to design Wholesale Water Metering Station Rehabilitations for the City of Forest Hill, Town of Trophy Club and City of Hurst 1 and 2. DISCUSSION: The City provides wholesale water to the City of Forest Hill, Town of Trophy Club and the City of Hurst. In order to obtain accurate water usage measurements by these entities, it is necessary to replace the existing undersized and out dated water metering stations that are currently being utilized to measure water usage by the identified cities. Kimley-Horn and Associates, Inc., proposes to pertorm the- necessary design work for a lump sum fee- of $319,91Move City staff considers this fee to be fair and reasonable for the scope of services proposed. Kimley-Horn and Associates, Inc., is in compliance with the City's M/WBE Ordinance by committing to a 34 percent M/WBE participation. The City's goal on this amendment is 23 percent. In addition to the contract amount, $27,736.00 is required for project management by the Department of Engineering. This project is located OUTSIDE CITY LIMITS, Mapsco 92Q, 52Z and 10H. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P264 531200 600250077031 $82,399.00 http://www.cfwnet.org/council_packet/Reports/mc_print.asp 7/1 1/2007 Yage 2 of Submitted for City Manager's Office by: Originating_Department Head: Additional Information Contact: P264 531200 600250077032 P264 531200 600250077033 P264 531200 600250077051 Marc A. Ott (8476) A. Douglas Rademaker (6157) Rakesh Chaubey (6051) $164,798.00 $27,466.00 $41,250000 http://www.cfwnet.org/council_packet/Reports/mc�rint.asp 7/1 �/20Q7