Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 37547 (2)
^STY SECRETARY .AFL rT NO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Alan Plummer Associates, Inc. (the "ENGINEER"), for a PROJECT generally described as: Design and preparation of Construction documents for the Village Creek Reclaimed Water Delivery Project, Project No. Scope of Services Article I 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 Payment to the ENGiNEE� will be made as follows: A. Invoice and Payment (1) The ENGINEER shall provide the City sufficient documentation to reasonably (;I the invoices. (2) .Monthly invoices will be issued by the ENGINEER for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. If the CITY fails to make payment in full to ENGINEER for billings �r ����� R�ontested in good faith within 60 days of the amount due, the ENGINEER ay, after giving seven (7) days written notice to CITY, suspend services CITY SECREIM r this AGREEMENT until paid in full, including interest. In the event FT. WOR'THOU j ORIGINAL -1- suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Amendments to Article IV; if any; are included in Attachment C. The ENGINEER will serve as the CIfiY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. The standard of care applicable to the ENGIiVEER'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, �: Subsurface Investigations (1) The ENGINEER shall advjca th® rlr ;r ;., �h regard tr 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 sails, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. �reparratiari of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic flrri 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. 7.• ♦ • i1 -' (1) The presence or duties of the ENGINEER's personnel at a construction site; whether as on -site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities; and do not relieve the construction contractors or any other entity of their obligations; duties, and responsibilities; including; but not limited to, all construction methods, means; techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Excep# to the extent of specific site visits expressly detailed end 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 worts on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any mason, 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 CITi' 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 characteristir� of rnatorials, 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 Consideratlons, and Scfredul� (1) The ENGINEER shall provide opinions of probable costs based on the current available information at tiie time of preparation, in accordance with Attachment A. (�) In providing opinions of cost; financial analyses, economic feasibility projections, end schedules for the PROJECT, the ENGINEER, has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or qualify of performance by third parties; quality, type, management, m3_ or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. Recor�inendat`rons by the ENt iNEER to the CIi Y 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 mutters at issue between the CITY and the construction contractor that affect the amount that should be paid. Record drawings, if regt�irerlwill be nnrap�rer�in pw�-F, on the bws�s of �nfor,mat�or`� complied 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. lMinority and Woman Business Enterprise (M/1NBE) participation In accord with City of Port Worth Ordinance No. 110&73, as amended by t�rdinance 13471, the City has goals for the participation of minority business enterprises and woman business enterpnses 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. JBight to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (�) years after final payment under this contract, Have access to and the right to examine and photocopy any directly pertinent books, documents; papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be =gym 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. (} ENCIIVEER further agrees to include in all its subconsuitant agreements hereunder a provision to the effect that the subconsuitant 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 subconsuitant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsuitant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (�) ENGINEER and subcc�nsultant agree to photo copy 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 Cede in effect as of the time copying is performed. €hlGil�€Ef�'s Bnsurar�ce (1) Insurance coverage and limits: ENGINEER shall provide to the City certificates) of insurance documenting policies of the following coverage at minimum limits which are to be in effect prior to commencement of work on the PROJECT: Commercial (general Liability $1,000,000 each uccurrence $11000,000 aggregate Autorriobile Liability $1,000,000 each accident (ar reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker°s Compensation Coverage A: statutory limits Coverage B9 $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional liability $1,000,000 each claim/annual aggregate (�) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be deliivereci to the CITY prier to ENGINEER proceeding with the PROJECT. -5� (a) Applicable policies shall be endorsed to name the CITY an Additional insured thereon; as its interests may appear. The terra CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverages specified according to items section K(1) and K(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (0) days notice of cancellation; non -renewal or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non=payment of premium. Such terms shall be endorsed onto ENGINEER's insurancee policies. Notice shall be seat to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers far all policies must be autho_ri�ed to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) deductible limits, or self insured retentions, affecting insurance required herein may be acceptable to the CITY at its sole discretion; and; in lieu of traditional insurance, any -alternative coverage maintained through insurance pools or risk retention groups must be also approved_ Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects theJECT2 (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEEF�'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 1-,lability insurance policy shall have no exclusions by endorsements unless such are approved by the CITY. (j) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective -6- r� PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. it is understood that insurance cost is an allowable component of ENGINEER's overhead. (I} All insurance required in section K except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) �ubconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When insurance coverage is maintained by subconsultants, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant`s insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. Independent Cansultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. Q�isclasure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing iaf any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest which develop subsequent to the signing of this contract and prior to final payment under the contract. �sbestas or Hazardous Suhstances (1) If asbestos or hazardous substances in any farm acre encountered or suspected, the ENGINEER will step its own work in the affected portions of the PROJECT to permit testing and evaluation. (�) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a cliaalified subcontractor to manage the remediation activities of the PROJECT. &�err[nitting Authorities - Design Changes If permitting authorities require design changes so as to comply with pubH'shed ��c 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. Amendments to Article V, if any, are included in Attachment C. The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The PNGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. The CITY will make its facilities z�ccessible to the ENGin►EER as rPquirerl 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 GITY'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. lJnless otherwise agreed to in the I0cope 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. The CITY will examine the ENGINEER'S studies, reports, sketches, drawings, specifications, proposals; and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment D. The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. (1) To the maximum extent perrriitted t3y law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indernfication and release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER'S negligence or if such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. G: Co�etractor Indemni�catiQn and Maims The CITY agrees to include in sill construction contracts the provisions of Article IV.E. regarding the ENGINE. -Ems Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. Cantra�otQr Claims and Thrd�F�artty beneficiaries (1) The CITY agrees to include the fallowing clause in all contracts with construction contractors arfd equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the F�ROJECT, 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 ENGINI=I=Ft and there are ne third -party beriefcaries. (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. �g_ (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. (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. () The CITY will ensure that Builders Risk/lnstallation 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, (�) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigatiare i4ssistarece 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, [�. Changes The CITY rnaji make or approve changes within the general Scapa of Services in this AGREEMENT. If such changes affect the ENGINEER`s cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI Amendments to Article VI, if any, are included in Attachment C. �: Authorization to Proceed ENGINEER shall be authori��;d to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. reuse of Project Documents All designs, drawings, specifications, documents, and o#her work pr©ducts of the ENGINEER, whe#her in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not, Reuse, change, or aIteration 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 E. be at the TTY's sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY, The ENGINEER Is not responsible for damages or delay in performance caused by acts of Cod, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. ('I) This ACREEIUIENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with five (5) days of written notice and diligently complete the correction thereafter. (2) If this ACREEIViENT 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) i�ut�®f®p®cket expenses far purchasing storage containers, rnicroflm, eler4 mnir riata files, and other datr storage suvplres ar services; c) The tune requrerrrents far the ENCIIVEER'S personne! to document Me work underway at the time the G1 I Y'S termination for convenience so that the work effort is suitable for long time storage. (�) Frier to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The %M#1 " 0 approval will be obtained in writing prior to proceeding with termination services. 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 RROJEGT's schedule, commitment and cost of the ENCINEER's personnel and subcontractors, and ENGINEER's compensation will be made, (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expanse 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. () 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 1906). Neither party WIII assign all or any part of this AGREEMENT without ttie prior written consent of the other party. H. Iriterprretatia[� limitations on liability and inderrinities 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, tart including negligence, strict or statutory liability; or any other cause of action, X� p4 for ylriiif� l rniernnrliin nr gross negligence for limitations of liability and sole negligence for indemnification. Parties means the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. ,icarisdictian The law of the Mate of Texas shall govern the validity of this AGREEMENT, its interpretation and perferri�anceI and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. �4lternate Dispute Resolution (1) All claims, disputes; and ether 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). () Any award greater than 4Q0,000, exclusive of auomey's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is Bled by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party or any purpose in the litigation. If any of the provisions contained in this AGREEMENT ere held far any reason tQ 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.hl_, VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause: ENGINEER shall at ell times observe and comply with ell federal end Mate 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 regi iatrons which n5ay 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. 61�= Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A -Scope of Services Attachment B - Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Schedule Attachment E - Map ATTEST: Marty Hendri�s City Secretary APPROVED AS TO FORM AND LEGALITY CITY OF FORT WORTH By: P�-,•-.� ��d� Fernando Costa Assistant City Manager S. Frank Crumb, P.E. Director, Water Deparhnent ALAN PLUMMER ASSOCIATES, INC. Engineer By: President OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX "Scope of ServIces set but herein can only be modirted 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 Genera/ Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services. if 1) �reiir�inary Carnference witF� City The Engineer shall attend prelirninary conferences with authorised 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. The Engineer shall coc�rciiriate with offcials of other outside agenbies 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) �ec►technical Lnvestigatit�res 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 Rermits The Engineer shall complete all foams/applications to allow the City of Fart Worth to obtain any and all agreements and/or permits normally required fora 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. b) 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 end expense, unless such changes are required due to changes in the design of the facilities made by the permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable -t- delays, a mutually agreeable and reasonable time extension shall be negotiated. 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. `fhe Engineer steal! determine the rights=of=way, easement needs for the cons#ruction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary nght=ofway sketches, prepare necessary easement descriptions for acquiring the rights-ofEway 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. fihe Engineer shall provide necessary feld survey for use in the preparation of plans and peclfcations. The Engineer shall furnish the City certined copies of the field data: 9) tltili�j► Coordination `fihe Engineer shall coordina#e with al! u#ilities, .including utili#ies owned by the City, as to any proposed utility liens or adjustment to existing utility lines within the pI WJec# 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 he 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- • C Y The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary rigWof-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 streettstorm 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. The Engineer shall provide design data, reports, cross_sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Prelirrilnary Gonstr'r�cti�n Mans and Technical �pecifitions The Engineer shall submit twenty (2p) copies of Phase � pr�lirriinary construction plans and five (b) 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 & 13) Finail Cc�nstructisan Runs The Engineer shall furnish five (5) copies of the final construction plans and dontract speccations for review lay the City. 14) �etniled Cost Estimate Thom. Engineer shall furnish fear (�) copies of detailed estimates of probable construction costs for the authorised construction project, which shall include surrimaries of bid iterres and quantities. 1 b) f3lans and Specification Appra+val The Engineer shall furnish an original cover mylar far the signatures of auth®rued 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- 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) 6�idding 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 substitution prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. The engineer shall assist in the tabulation and review of aBl bads received fo_ r the construction of the project and shall make a recommendation ofaward to the City: 'Bg) �rel�id �Qnference 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. PtiAs� � 20) F�'r'ec®nstrucfion Car�f�erer�ce The engineer shall attend the precanstructian conference. �1) Construction survey The Engineer shall be available to the CBty on matters concerning the layout of the project during its construction and will set control points in the Feld 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. site visits The fngirieer shelf visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. 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. 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, The Engineer shall prepare sketches required to resolve problems due to actual Meld conditions encountered. The Engineer shall prepare record drawings from nfon`naton submitted by the contractor. -.5- UPPLEMENT TO ATTACHMENT A) The following is a clarificatian of the tasks that the ENGINEER will perform under ATTACHMENT A. The work defined below is divided into five phases: Pre -engineering, preliminary engineering, detailed design, bid and construction. The primary goal of the pre - engineering phase is to develop the information necessary (demands, pipeline alignment, costs, funding mechanisms) that can be used to establish a funding approach, define a proposed rate structure and secure commitments from the primary project customers (Arlington, Euless and DFW Airport) for participation in the project. It is assumed that work on subsequent phases of the project will only be authorized and performed if the pre -engineering phase results in a commitment to move forward with the project from the City and the primary customers. The final_ two phases of the project include preliminary design and detailed design of the Village Creek Reclaimed Water Delivery Project for the Eastern System Service Area and other reclaimed water distribution segments. The project will begin at Village Creek Wastewater Treatment Plant (VCWWTP) and will pump wastewater effluent to users within the City of Fort Worth, the DFW Airport, Cities of Arlington and Euless, as generally described in 7'hee�laimed Water Priority and Implementation Plan, May 2007. Additional users may include natural gas exploration operations. The project system includes a pump station located at the VCWWTP; a reclaimed water pipeline with a diameter between 36 inches and 20 inches (main line), depending on customer demands, and with a length on the order of 48,500 linear feet; and flow metering and control at the VCWWTP and at each of the customer delivery points (14 meters are currently anticipated). Branch lines of smaller diameters, approximately 10,000 linear feet will be provided by additional design services as part of this Contract. Upon receipt of Notice to Proceed, the ENGINEER will perform the following tasks: Generally, the Cl`z`Y desires this project to be economically feasible without more sophisticated operational strategy and controls. The system will be metered rcranually with little or no SCADA, remote reading, or control outside the plant. BASIC ENGINEERING SERVICES A. PRE -ENGINEERING PHASE l , Initial Data Collection Pre -design coordination meetings -� ENGINEER will prepare for, attend and document meetings, as required, to discuss and coordinate various aspects of the project and to help that the project stays on schedule. The CITY will provide to the ENGINEER all F:\projeets\0318\Q42-Q 1\ProjeetMgmt\Cantracts\Eithibit A-1 _REV3.doc f� 1-1 y 3, 2008 hard copies and digital information related to the project at or near the time of the initial rrleeting. For purposes of establishing budget and task goals, twelve (12) meetings are anticipated. These include the following: (one (1) pre- es gn kickmoff meeting Ten (10) including DFW Airport, City of Arlington, City of Euless, and Natural Gas Drilling Companies and other potential users within the anticipated service area ()ne (1) joint meeting with City of Fort Worth and above entities 2. Pipeline Route Study: LJp to three system reclaimed water pipeline alignments will be identified. Determination of the alignments will be accomplished using aerial NCTCOG photos, assessment of property ownership based on information available from the Tarrant County Tax Appraisal District utility maps, and on the ground investigation. A conceptual level opinion of probable costs will be developed for each of the alignments, A decision matrix will be prepared to help select the recommended alignment. Nine (9) copies of the Alignment Study marked "DRAFT" will be submitted to the CITY. Following preparation of a draft alignment evaluation report and review by the CITY, one (1) review meeting will be conducted. The City's comments will be incorporated and an additional review meeting will be Held with customer cities and users to receive comments. The route will then be finalized in a final report. Approval of the routing by the CITY will allow the design survey to begin, 3. Monthly Progress Reports —The ENGINEER. shall submit a progress schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with eighteen (18) monthly progress reports as required during all phases up to the construction phase. B. PREI1IMINARY ENCI.I<tEERING PI-IASE (3®%) 1. Reclairxied Water Purnp Station Preliminary Design: Develop the Basis of DesigAz for the proposed R.eclaimed Water bump Station. The pump station will be designed to use the existing plant service water system to pressurize the reclaimed water pipeline only. Use of the plant water system to supply a UMmum flows is considered additional services. Replacement and/or modification of existing plant service water pumps is considered additional services. The reclaimed water pumps will be mounted to a platform over the existing chlorine contact basin. This Basis of Design will include the following items: a. Recommendations for monitoring and controlling the pump station. b. Recommendations for providing power from the Village Creek Electrical Distribution. c. Recommended number and sizing of the pumps. d. Recommended configuration and placement of the pump platform over the chlorine contact basins. e. Recommended controls and sizing of equipment for boosting the chlorine residual. f. Recommended controls and valves to isolate the plant service water system when the reclaimed water pumps are activate. li:\projects\0318\042-01�F'rojectMgmt\CQ«tracts\Exhitiit A-1_P.EV3,doc Al=I C. July 3, 2008 g Submit nine (9) copies of the draft and final Basis of Design report to the City. h. A meeting with the CITY will be held to receive comments. 2. Coordination with Other Agencies for pipeline preliminary Design a. During this phase the ENGINEER shall coordinate with owners of the utilities, including City -owned utilities. These entities shall also be contacted if applicable, to obtain plans for proposed facilities. The information obtained shall be shown on the plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines, pavement repairs, lame closures, etc. ENGMER shall complete forms necessary for CITY to mare application for permits from Cities of Arlington and Euless, DFW Airport, Texas Department of Transportation (TxDOT), U.S. Army Corps of Engineers (USACE), Baniett Shale Gas Pipelines, Trinity Rail Express (TRE), Electrical Power Companies, and Tarrant County, and submit such forms to the CITY. CITY shall be responsible for forwarding the forms to the affected agencies for execution. b. The ENGINEER will participate in up to fifteen (15) coordination meetings with Agencies. �. System Operation a. Flushing of the system will be required and may be done by blowoff valves. Design will include blowoffs into City of Fort Worth existing sanitary sewer system as well as blowoff into other entities' existing sanitary sewer system. Any blowoff into another city's system will require metering. Any blowoff metering design other than manual read meters with SCADA or flumes will be by additional services. b. Preliminary Designs for Metering - The ENGINEER will coordinate with the CITY to provide metering options for the reclaimed water system.. The preliminary design and evaluation will include options for vault layouts for meters, pressure sustaining valves (PSVs) and/or rate of flow controller orifice plate, or timer, isolation valving, bypass piping, pressure indicators, strainers, etc. c. It is anticipated that users will call for water by opening a valve downstream of the City of Fort Worth meter. Valve operation (manual or automatic) will be by users. It is anticipated that mazy users will be receiving water into a lined off channel pond and not be operating off of line pressure. 1. Provide pump station structural, mechanical, electrical and controls engineering design services far the following items associated with the pump station. a. Pumps b. Platform and electrical pads (No buildings are proposed for the electrical gear) c. Piping and supports d. Valves and operators e. Control valve between plant water system and reclaimed water system f Flow meters and boxes F:\projects\031$\042-01\Projecttvlgmt\Contrdcts\Extiil�rt A®1_REV3,doc A 1-3 Jtiily 31 2008 g: Chlorine booster system piping and controls h, Electrical gear in an enclosure i. Controls 2. Electrical and Instrumentation: a. For each Location Engineer will provide the following documents: Design deliverables will include a maximum of two preliminary review submittals and a final submittal. 1) Technical specifications �) P&IDs 3) Loop Diagrams and Loop Descriptions 4) System architecture Panel schedules 3. Pipeline - %Jpon approval of A.2, Pipeline Route Study, ENGINEER will prepare preliminary constriction plaits as follows: s.. Overall system layout sheets and an overall easement layout sheet, b. Preliminary project plans and profile sheets, which show the following: 1) Proposed system plan. 2) Recommended pipe size previously determined by the CITY is 20� through 30-inch. 3) Property ownership: Lot Nos., Block Nos., and Addition Names on Plan View. c. Existing utilities and utility easements will be shown on the plan sheets. ENGINEER will coordinate with utility companies and the C1I Y will determine if future improvements are planned that may impact the project. All visible utilities will be located. d. The ENGINEER will prepare standard and special detail sheets for construction 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 reconnections to the existing main. ENGINEER will conduct one (1) meeting with the CITY to discuss special details, including creels crossings and connections to the existing main. Creep crossing may be by open out, directional drilling, aerial crossing, or pipeline attached to side of bridge. e. Right-of=Way and Easement Research - ENGINEER will provide initial property and right -of way research based on Tarrant County Appraisal District snaps. f. Utility Clearance Phase 1) The ENGINEER will consult with the Water Department, Department of Engineering, Transportation Department, and other CITY Departments, public utilities, private utilities, and goveriment 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 the project to minimize conflicts with existing utilities: F:\projects\031$\042-01 \I'roj ectIVlgmt\Coritracts\Exhihit An I_REV3,dos A 1-4' Jt>ly 3, 2008 3) The ENGINEER shall deliver up to 26 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. 4. Preliminary Construction Plan Submittal (50%) a. Preliminary plans and specifications shall be submitted to CITY after approval of alignment. b. The ENGINEER shall deliver six (6) sets of preliminary construction plans to CITY for review. c: The ENGINEER shall submit a preliminary estunate of probable construction cost and schedule with the preliminary plans. ENGINEER shall assist CITY in selecting the feasible and/or economical solutions to be pursued. d. Review Meetings with CITY — The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct ENGINEER in writing to proceed with Final Design for Final Review. This review shall constitute an approximate 50 percent review meeting, Approval by the CITY will allow pipeline profiling to begin. �. Final Engineering (90%) a. Final Construction Documents shall be prepared and submitted to CITY after approval of Part C, 4.d. b. A Quality Control (QC) workshop is to be held at approximately the 90 percent complete milestone. The CITY will be furnished six (6) sets of the plans, specifications, and bid proposals marked "Preliminary" for approval by the CITY. The QC workshop will involve participation by senior staff members from the ENGINEER and the CITY, and other water users as directed by the CITY. c. Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and Bidding and technical specifications aid contract documents: Each sheet shall be sealed, dated, and signed by the ENGINEER. The ENGINEER will submit two (2) sets of plans and construction contract documents within 15 days of CIT Y's final approval. Plan sets shall be used for Part D activities. d. ENGINEER's Opinion of Probable Construction Cost The ENGINEER shall submit a final opinion of probable construction cost with the final plans. The ENGINEER's construction costs will be based on materials and labor prices prevailing at the time of preparation, without consideration of inflationary increases in cost. The ENGINEER does not warrant the accuracy of the opinion of probable construction cost. e. The Final set of plans may be divided into up to four sets (three pipeline segments and one pump station) of plans in preparation for up to four separate construction contracts. P;\groj acts\0318\04�-01\ProjectMgmt\Contracts\Exliil�it A-1_R6V3.dgc � 1-� y 3, 2008 SPECIAL. SERVICES Special Services are those services known to be required for cotripletion of the project that the CITY agrees are to be furnished by the ENGINEER or by a subconsultant that cannot be defined sufficiently at this time to establish the maximum compensation. The services are not included in the scope of work of Basic Services or the amount of compensation for Basic Services. The Special Services for this assignment are described as follows: 1. Assistance in Securing Customers, Ievelopment of Policies and Procedrri°es, Public Support and Collaboration a. Securing Customers ENGINEER will provide services to support the City's activities to secure reclaimed water customers. These services will include; 1) Determining the quantities of reclaimed water required by the City of Arlington, City of Euless, and the Dallas -fort Worth Airport, which will include water needs for natural gas exploration activities within the Airport boundaries. 2) Developing relevant information for other potential reclaimed water customers such as natural gas exploration in areas outside the Airport boundaries, the cities of Grand Prairie, Hurst, or the Centreport .Development. 3) T')PteMn nincr the points of delivery of fhp. reclaim rl water, 4) Preparing for and meeting with each of the three primary proposed customers up to three times to gather information and to develop technical aspects needed to draft a service agreement between the City and the customers. 5) Preparing draft service agreements between the City and the reclaimed water customers. ENGINEER will assist in coordination with City staff, legal advisors and customer representatives to prepare service agreements or contract documents defining rate structures, funding agreements, delivery quantities, etc. 6) Preparing for and meeting jointly with all three primary proposed customers up to two times to review the technical and financial aspects of the reclaimed water system. 7) Preparing for and supporting the City in up to three presentations to Customer Cities' City Councils, Board of Directors, and/or upper management. b. Policies, Procedures and Guidance Documents 1) ENGINEER will provide services to support development of policies and procedures, ordinances, and guidance documents for the reclaimed water program. Draft documents prepared during development of the Reclaimed Water Priority and Implementation Flan will be used as a starting point. In addition, guidance documents that can be used to assist in educating customers on operational procedures and system protocols will be developed. Up to six meetings will be held with City staff and legal k':\projects\p31$\pA2-01\PrajectMgmt\Contracts\Exhibit A-1_REV3,doc A 1-� Lily 3, 2008 representatives to facilitate development of the policy and procedure documents. c. public Information 1) ENGINEER will provide services to support the City's activities to provide infor -imation to the public including residents or businesses that may be impacted by the proposed project. These services will include: a) Developing a one -page public information document that describes the reclaimed water project and addresses issues that may be of interest to the stakeholders. Assisting the City in mailing the document to interested parties: Additionally, the consultant will provide support in meeting with up to six stakeholders to discuss the project. b) preparing information for and participating in a public meeting to review the reclaimed water project and obtain input from the public. It is anticipated that the meeting will involve setting up individual stations that focus on specific aspects of the project and a station to facilitate individuals providing written or recorded comments. It is assumed that the City will provide the meeting location, mail out notices to individuals and to the press, and make provisions to document comments. c) Assisting the City in the development of information to be posted on the City's website related to the reclaimed water project. d. Other Collaboration Opportunities ENGINEER will provide services to support the City in addressing considerations relative to collaborating with other entities in meeting water demands with reclaimed water. For example, there could be a potential collaboration opportunity with the City of Dallas by meeting some of Dallas's water demands (i.e., irrigation) that are currently met with potable water, through the use of reclaimed water. Consultant will prepare for and participate in up to 4 meetings with the City of Dallas or other potential collaborators. 2. �de�txfcatxc�a� o£Wa�Adhig Scre�rces ENGINEER will provide support to the City in identifying and developing infor-anation about potential funding sources. Sources of funding to be investigated include partnerships with system customers, and state or federal grant or loan programs: a. Up to two meetings will be held with each of the primary customers (Arlington, Euless, DFW) and with Chesapeake Energy to discuss potential funding partnerships. b. Research and summarize information related to state and federal funding programs that could be used for the reclaimed water system. Inforination to be summarized will include eligibility conditions, requirements imposed on the City, timing considerations, etc. ce prepare for and participate in up to two meetings with representatives of state or federal funding agencies to discuss funding opportunities. d. Conduct a funding workshop with the City to discuss potential funding opportunities and define a preferred funding approach. F:\projects\0318\042-01\ProjectMgmt\Contraets\Exhibit A-1_1ZEV3.doc f�l-� Jtaly 3, 2008 e. Prepare a technical memorandum summarizmg the finding opportunities and the recommended funding strategy. Development of the funding strategy will be carried out in conjunction with the rate analysis (Special Services Task 3). f: Assist the City in preparation of funding applications to state or federal agencies. 3. I�a.te Analysis Using an interactive modeling approach, the ENGINEER will explore various approaches to the allocation of reclaimed water costs and examine their effect on rates for water, sewer, and reclaimed water services. The result will be a methodology that is clear, defensible, and fair to all customers. a. Data Request Prepare and transmit data request related to financial analysis and rate -setting tasks. Deliverable: Data Request Dist. b. Kickoff Meeting Participate in kickoff meeting to review data request and financial scope in order to refine scope and respond to questions. c. Data Review Review ordinances, policies, contracts, financial reports, potential funding sources and other relevant City documents. Review relevant information related to customer participation in the project that could ianpact rates, such as capital contributions, easement contributions, etc. d. Rate Design Planning Workshop %.Vr uluc t an irii•+i:a-1 Rate Designiia..uE li`i' ng �vTv,4.i.-Ln-a..i1.a.v,.p �wIE-1b1 s�4n.+bl`l LV revievv riilailx-. water rate alternatives and select a range of alternatives for calculation. Prepare a memorandum documenting the results of the Rate Design Planning Workshop. Deliverables: Presentation materials and memorandum for Rate Design Planning Workshop. e, Customer Information Meeting Conduct an uiitial rr�eeting with the primary customers to describe the approach for establishing rates and obtain comments and feedback on the approach. f Reclaimed Water Rate Model Initialize the interactive reclaimed water rate model using cost estimates from design and other relevant system financial information. Deliverable: Interactive Reclaimed Water Rate Model, g. .Rate Alternatives Development Develop rate scenarios based on alternatives identified in the Rate Design Planning Workshop. h. Rate Design Workshop Conduct an interactive Rate Design Workshop with City staff to review the rate scenarios and select the preferred rate structure. Prepare a memorandum documenting the results of the Rate Design Workshop, Deliverable: Presentation materials and memorandum for hate Design Workshop, is Customer Workshop Conduct a workshop with the primary customers to structure and address questions related to the rates. present the preferred rate F:\projects\0318\042-01\FrojectMgtnt\Contracts\Exhibit ti-1_ltl~V3.doc t l 37 2008 j. Technical Memorandum Prepare technical memorandum documenting the alternatives considered, the results for each alternative (including the financial impact on the system), and justification for the rate structure selected. Deliverable: Financial Analysis and Rate Development Technical Memorandum. 1. Assistance to City of Fat-t Worth in Campliarrce with �10 I�egulatiaars a. Compliance with Texas Administrative Code (TAC), Title 30, Chapter 210 requirements must be maintained by the City of Fort Worth, wholesale customers of the reclaimed water and all individual users. In order to ensure compliance, the ENGINEER will: 1) Prepare for and participate in one meeting with the TCEQ to review the scope and schedule of the project and discuss permitting issues. 2) Design City of Fort Worth reclaimed water facilities such that they meet Chapter 210 requirements. 3) Meet with each customer who has committed to participating in the project to review and explain the requirements of Chapter 210 and determine the plans of each customer for meeting these requirements. 4) Assist the City of Fort Worth in submitting follow=up notifications, as necessary, to the TCEQ to define specific customers that will be participating in the project. 2. Suxveys fQr Design — ENGINEER will perfarrn field surveys to callect horizontal and vertical elevations and other information that will be needed for use by the ENG1NEEIt in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, property corners, elevations of sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets: Compile base plan from field survey data. a. Project Control — To be established for this Project by the ENGINEER, based on CITE standard coordinates. b: Utility Location ENGINEER will locate visible utilities including, but not limited to, manholes, fire hydrants, valve boxes, power poles, drainage structures, telephone pedestals and pipeline markers as well as location. of DIGTESS utility markers. c. Design Survey — The aerial topographic design survey consists of the route survey being approximately 48,500 LF. The topographic survey shall be up to 100 feet in width and shall be up to 50 feet left and right of the proposed centerline, survey shall extend far enough to include data 50 feet in all directions of all electric transmission line towers. The topographic survey shall I nclude locating all existing features within the topographic limits of the survey. Topographic elevations shall be taken as needed and will integrate ground survey to generate an accurate Digital Terrain Model. Features located shall include, but not limited to, pavements, sidewalks, buildings, bridge columns, bridge low beam elevations, trees (tree lines in highly condensed areas, individual trees 8 inches or F:\projects\031 &\042-01\Fraj ectMgmt\Contracts\Fxhibit A-1_REV3.doc A 1-� r�rly 312008 larger including landscape trees), fences, curb and gutter, manholes, water valves and other visible features. d. Soil Borings — Stake approximately 20 soil boreholes and approximately 20 SUE utility locations along the project route. e. Easement Staking — Stake proposed easements (where requested by property owner) to show property owners on the ground the limits of the easement. This staking is to aid in easement acquisition where necessary. The limits of the proposed easements will be staked at 10046ot intervals and at all PCs, PTs, PIS, and property lines. It is assumed that up to 10,000 LF will be required for this service. f Centerline of Pipeline Stal�itig - Stake proposed centerline of pipeline at 100- foot intervals and at all PCs, PTs, PIS, and property lines. g. ENGINEER Will Provide the Following Information — All plans, field notes, plats, maps, legal descriptions, or ether 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 drafting (CAD) software currently in use by the CITY. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the ASCII format, all drawing files shall be provided in AutoCAD (DWG or DXF) fonnat (currently 2008), or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. h. The minimum information to be provided in the plans shall include the following: 1) A project coordinate Control Sheet, showing Control points, used or set while gathering data, generally on a scale of not less than 1:400. 2) The following information about each Control point: a) Identified (Example: City Monument #XXC , PIS Nail, 5/84rich Iron Rod). b) X, Y, and Z Coordinates, in an identified coordinate system., and a referred bearing base: Z coordinate on City Datum only. c) Descriptive Location (Example: Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). d) Coordinates on all PCs, PTs, PIS, Manholes, Valves, etc., in the same coordinate system., as the Control. e) No less than two horizontal control points and two benchmarks or control points per 1100 feet of pipeline. f) Bearings will be provided on all proposed pipeline centerlines, or baselines. g) Station equations relating utilities to paving, when appropriate. h) Public Notification o Prior to conducting design survey, ENGINEER will notify affected property owners. If the City requires this in writing,, the notification letter shall be on company letterhead and shall include the following: project name, limits, DOE project number-, Consultant's project manager and telephone number, scope of survey work and design survey schedule. The F:\projects\0318\042-01�ProjectM�mt\Cantracts\�xhr_i�it A-1_�V3.doc Al-10 July 31 2008 letter will be reviewed and approved by the City prior to distribution. i) Re -stake control points prior to construction so that general construction contractor or city surveyor may locate them easily. j) Locate edge of wetlands and archeological features, if required, as directed by engineer's permitting staff. k) Locate existing centerline crest and top of bank, outside normal 100-foot width of survey, where necessary, up to 5000 feet. 3, Section 4Q4 J�'ermitting � ENt�1NEER will conduct field investigation required to delineate jurisdictional wetlands and/or waters of the United States for the proposed pipeline route and prepare ONE preliminary jurisdictional determination (PTA) report. The RTD will include summary of the impacts. The PJD report will document the delineated pipeline route including any identified jurisdictional wetlands or waters of the U.S. within the limits of the PJD. ENGINEER. will identify applicable Section 404 permit options. if the extent of the unavoidable impacts requires notification for a nationwide Section 404 permit, ENGINEER will prepare a pre -construction notification, alternatives analysis, and develop one mitigation plan report. If an individual Section 404 permit is required, work associated with this task would be covered under additional services. Also included is field work and preparation of a threatened and endangered species letter report for submittal to the U.S. Fish and Wildlife Service. 4. ;G;nvlrv'ua�"Fia �aatua r�:�i��Sr t v ;���a�aiu°� it v�r uiia�u El`YGi"iVi;ER wiii pro vale enviromnental permitting -related assistance to the C11Y in pursuing state or federal funding for the project. ENGINEER will provide necessary environmental permitting related modifications to the Technical Memoranda previously prepared to submit as an Engineering Feasibility Report to funding agencies. ENGINEER will provide the documentation and fieldwork necessary for drafting environmental documents as required by state or federal funding agencies, ENGINEER will prepare draft environmental documents necessary for public and state and federal agency review and comment. ENGINEER will advertise environmental documents on behalf of the CITY in a publication approved by the CITY. ENGINEER will provide state and federal agency review coordination and documentation necessary. ENGINEER will coordinate historical and cultural resources review through an archaeological subcontractor. After required public and state and federal agency comment and review period, ENGINEER will provide CITY with the Final environmental report for submittal to the state or federal funding agency. Additionally, the ENGINEER will provide other documentation to the funding agency regarding easements and permits and will include required documents in the project .Bid Documents. 5. Arch eological/CuIturrai Resources Survey a. Secure an archaeological survey perzn,it fxon� the Texas Historical Commission. b. Conduct a records search. c. Conduct a comprehensive on -the ground survey, 12 backlioe trenches, and shovel testing in uplands locations. d. Carry out detailed artifact analysis for curation at the Texas Archeological Research Laboratory, F:\projects\Q318\0�2-Q 1\PrejectMgmt\Contracts\Exhibit A-1 _REV3.doc A 1-11 July 3, 2008 e. prepare a written report which will be submitted to the Texas Historical Commission (THC) for review and comments, and will meet the standards for cultural Resource reports prepared by the Council of Texas Archeologists (ND), f: Devise the report after review by the THC, AP U, and the City of Fort Worth, if needed, and submit 20 copies of the final report to the THC. g, The fee includes an assumption of 5 days of backhoe/operator and archival research in the event a historical site is encountered. If a historical site is found, demanding additional effort, then additional fee will be requested. 6. Subsurfaceeotechnical Ia�vestigations =Twenty (20) bore locations to be approved by the CITY first, prior to conducting this task. a: Provide for and coordinate geotechnical investigation required for design. of PROJECT. IN . Dri11, classify, and perform pez-tinent tests on soils at up to twenty (20) locations (average bore depth twenty (20) vertical feet) along pipeline route. If number ofborings required or if average boring depth exceeds these values, additional compensation may be requested as a SPECUL SERVICE, c, The ENGINEER will arrange for and provide access to private property necessary for soil borings. If reasonable access is not available to selected sites, or if tracked or other special vehicles are needed for site access, additional compensation may be requested as a SPECLU SERVICE. d. provide five (5) copies of geotechnical investigation suminary report for CITY's records. 7: 1VIodeliug Proposed Declaimed Wafer System a. Village Creek Reclaimed Water Delivery System Hydraulic and Surge Modeling for Reclaimed Water Pump Station and Pipeline Design: Perform hydraulic evaluations for the Eastern System Service Area of the reclaimed water system using H2ONET. Basic hydraulic modeling and simulations for pump station and pipeline design as approved in the Alignment Study Final Report will include the following items. 1) Develop a base model in accordance with the approved pipeline alignment and dimensional data. 2) perform static hydraulic simulations using the base model at low, average and peak demands provided. 3) Evaluate pipeline sizes and hydraulic grade line elevations and coordinate findings. �) Develop system curves to be used for the pump design. 5) Perform a surge analysis on the system and recommend surge protection measures. 6) Simulate operation of the pumps and distribution system using minimum hourly flows, average daily flows and peak hourly flows. 7) Develop estimated operating pressure settings for the pump station and user delivery points. F:\projects\0318\o42-01 \FrojectMgrnt\Contracts�Exhibit A-t_�V3.doc � 1-12 7�ly -J, 2Q08 8. Pump Type Alternatives Evaluation Prepare a feasibility and cost evaluation for using single=speed or two -speed reclaimed water pumps. The evaluation will include the following items. a. Obtain manufacturer's published pump curves b. Develop multi -pump operating curves to show expected operating points along the system curve. c. Develop preliminary electrical requirements d. Develop Opinion of Probable Construction Cost for the alternatives. e, Present the findings in a one page brief with attached curves and Opinion of Probable Construction Cost. 9: Pump Station Location Alternatives Evaluation = Prepare a feasibility and cost evaluation for a maximum of three pump station locations at the wastewater treatment plant. The evaluation will include the following items: a. General site map showing locations and approximate piping routing: b. Preliminary structural evaluation of the abandoned plant water service pump station. c. Comparison table of electrical requirements. d. Comparison table of piping requirements e. Comparison table of operating issues. e. Develop Opinion of Probable Construction Cost for each alternative. e. Present the comparison tables, site locations and Opinion of Probable dolls llU�itroll %�%j L.. C, DETAIL DESIGN PHASE 1. Right-of-V�ay/Easement Preparation and Submittal � Preparation and submittal of right-of=way, easements and rights-ot entry will be in conformance with s`Submittal of Information to Real Property for Acquisition of Property." Easement descriptions for up to 30 parcels will be prepared. Each "easement" will include both temporary construction and permanent easement documents, with the understanding that it is on the same property, if required. �. Easemteut .A,cquistiou Services Fees for easement acquisition will be on a tune and material basis. a. Property Owner Notification -Each property owner will be notified by letter of the upcoming project and that a surveyor, engineer, and/or other professionals will require access across the property. The letter will be requesting permission for access. Survey access letters will be sent separately from geotechnical access letters. b: Abstracting a ENGINEER will provide abstracting services to include obtaining and providing existing plats, deeds, right-ofway documents and easements, as well as a review of surveys and district property tax information. c. Appraisal - ENGINEER will contract with a professional appraiser with extensive experience in preparing value estimates of temporary easements and permanent F:\�roj ects\03 r 8\042-01 �ProjectMgmt\Contracts\Exhibit A-1_REV3.doc A l -13 July 3, 2008 utility easements in the City of Fort Worth. All work products will meet or exceed City of Fort Worth; State and Federal Standards. This service does not include work necessary for commissioner's hearings and /or trials. d. Appraisal Review - ENGINEER. will contract with a qualified professional appraiser to review the work of the appraiser. Review standards will comply with the Uniforin Standards of Professional Appraisal Practice (USPAP) and City of Fort Worth requirements. e, Title Insurance - ENGINEER will contract with a local Title Company to provide title opinions and title insurance on all property conveyances required by the City of Fort Worth. Policies will be written in favor of the City, It is proposed that title cost be handled as a direct pass through to the City. e. Negotiation = ENGINEER will contact the owner of each needed property interest and enter into good faith negotiations with that owner until the interest is acquired into the City of Fort Worth or until it is determined that further negotiations will be unproductive. ENGINEER. will maintain a written log of all communications with the owner. f, Closing Services - When negotiations are successful and a closing is scheduled, ENGINEER will work with the title company and the property owner to clear any encumbrances that may exist on the title. ENGINEER will request that the City fund the acquisition by depositing the agreed upon at nount with the Title Company. ENGINEER will attend the closing representing the City of Fort Worth as the Grantee in the transaction. ENGINEER, workang F�3tth thw Title ('o V ny, will pre-pare°all rnnyPyanoe documents using City of Fort Worth instruments to facilitate the closing. g. Attendance at City Council Meeting - ENGINEER will attend City Council meetings to communicate the status of the project, if required. h. Administrative Support and Record Keeping - ENGINEER will maintain file documentation of the acquisition process. These records will remain available for audit for the duration of the City's Records Retention period. i. Public Meeting -.ENGINEER will meet with property owners that are affected by the project in up to three public meetings to explain the general acquisition procedures and answer questions. ENGINEER will conduct or arrange one= on -one meetings with property owners to answer specific questions related to their property; if required. j. Preparation of Acquisition Packages for delivery to the City of Fort Worth. k. Meetings with City staff for procedure/coordination of issues related to the prof ect. 1. Monthly status reports on easement acquisition progress. 3. Subsurface Utility Exeavation - Subsurface Utility Excavation (SUE) will be performed in accordance with the American Society of Civil Engineers (ASCE}, in publication Cl/ASCE 38-02. The quality level set for this project is Level A: a. (duality Level "A": Precise horizontal and vertical location of utilities obtained by the actual exposure and subsequent measurement of subsurface utilities. F:\projects\0318\oat-O 1\ProjeatMgrrit\Contrat;ts\Exhibit A -I _REV3.doe A 1 ` 14 duly 3, 2008 The scope of this project will provide utility mapping to Quality Level A as specified below. The scope of work includes completing up to 20 test holes on various utilities along the project alignment. The ENGINEER will develop a utility conflict analysis. From the analysis, it can be determined where the test holes, Quality Level A, are required. Final deliverable will include test hole data forms signed and sealed by a licensed Texas professional engineer. The CITE' will approve test hole locations. The test data forms will include: depth of utility, surface elevation, top of utility elevation, pipe material, pavement thickness, coordinates of the test hole, size and type of utility, owner, bench marks, time, date, and pictures of the utility. Upon coraipletian of each test hale, two pictures will be taken, ane of the utility and o��e of the test hole board showing the depth. Each test hole will be marked with a 5/8-inch rebar with cap or a chiseled "x" if the test hole is under pavement. The locating work will be performed an a per test hole basis. The rate ixcludes CAD, I�reject Management (PM), and all field work and equipment necessary to produce test hole data fon-ns. The rate is for 20 holes up to 9 feet deep. Additional depth will require additional fees. F:\ptoj ect�\031$\042-0 t\Projectivlgmt\Contracts\Exhi_bit A-1 _l2EV3.�oc A 1-1 «ly 3, 2008 E�XAJLJ s'rJrk V JLcVLs TVV V (to be reimbursed by user Cities) A. PRE-ETVGTNEERIN�i PHASE 1. City of Arlington branch f'xpellneSegineht a. This scope will provide route selection evaluation to deliver water from the main line to for City of Arlington Branch Segment for Item (1) below. The .Branch pipeline segments will begin at the main line downstream of the meter continuing the area of service. Currently four branch lines are envisioned. (1) From the main line to Chester Ditto (Arlington), Rolling Hills Golf Course (Arlington/Private) and Dunlop Sports Center. () Riverside Golf Course (Arlington/Private). (3) Centerpoint Campus (Private) (4) Texas Star Golf Course and Softball Complex (Euless). 1. - Assistaiace tQ City of �.rlxugtaa� in Compiia.nce with 21Q >�.egulatiQns a. Compliance with Texas Administrative Code (TAC), Title 30, Chapter 210 r b a - Rs_ a to +t rity �'r, *Wf tx, v*1Y i, 1o�nlm requireniellLs Must a mailiLaiiled Uyr the %CILY at a Va4 r ai Lia, vv aiai��uAv vus wa.aa.o of the reclaimed water and all individual users. In order to ensure compliance, the ENGINEER. will: 1) Meet with each user who has cominitled to participating in the project to review and explain the requirements of Chapter 210 and determine the plans of each user for meeting these requirements. 2) Assist in the preparation of a reclaimed water notification to be submitted to the TCEQW F;\projects\0318\04�-01 \Proj cctIvlgn�t\Contracts\Exhihit A-1 _RE�/3.doc A 1-1 � T�ly 3, 2008 Additional Services to be performed by the EIN ITNEER, if authorized by the CITY, which are not included in the above -described BASIC ENGINEERING SERVICES, may include, but are not limited by the following. No allowance has been set aside for ADDITIONAL SERVICES. 1, Preparing applications and supporting documents for governzxlent grants, loans, or planning advances and providing data for detailed applications. 2. Revisions and changes required by OWNER for easeii�ent acquisition and/or other reasons to the pipeline alignments or sizes, after approval of the final alignment. 3. Design or Construction Administration for implementation of USACE Section 404 Permit Mitigation Plan (individual permit). Preparation of annual compliance monitoring reports documenting survivability of plantings required for mitigation for five years after construction completion: 4. Provide expert witness testimony as required for condemnation. liearirigs, including the preparation of engineering data and reports. Appearing before regulatory agencies or ca , its as an expert witness in any litigation with third parties other than condemnation proceedings arising from the development or construction of the project, including the preparation of engineering data and reports for assistance to the OWNER. �. riuvidirig at�tal�avaia� 4opograpliic si:i ��,y� �ejyGn,_. ��,.� �l ���.� � Services or Special Services. 6. Investigations involving detailed consideration of expenses and material audits or inventories required for certification of force account construction performed by the OWNER. �. Provide shop, mill, field or laboratory inspection of materials and equipment. Sampling, testing or analysis beyond that specifically included in Basic Services. Furnishing resident representation as the OWNER's on -site representative during the construction phase. 9. Assisting the OWNER in claims disputes with Cantractor(s). 10. Assisting OWNER or Contractor in the defense or prosecution of litigation in cam�ection with ar in addition to these services contemplated by this Agreement. Such services, if any, shall be furnished by ENGINEER on a fee basis negotiated by the respective parties outside of and in addition to this Agreement, 11. Attending additional meetings not detailed in the Basic Engineering Services as requested by OWNER. 12. Providing additional copies of Plans and Specifications. F:\projccts\0318\042m01\ProjectMgmt\Contracts\ExliilaitAal_REV3.doc A�'1% Tilly 3, 2008 13. Preparation of an in depth Biological Assessment (HEP or WRAP), if requested by I exas Parrs and Wildlife Department or U.S. Fish and Wildlife Service. 14, Participation in a Public klearing (as differentiated fr"arrl a Public Meeting - informational). 1 Obtaining tree permits. 16. Any additional services, which may be required by the QW1�TEli for completion of the project that are not included in the Basic Services or Special Services, l7. Enhanced Operations Evaluation for. a. Potential system operational scenarios that will optimize energy savings, b. Water age evaluations to reduce; long water ages in the pipeline and flushing protocols. c. Evaluate alternatives for signals communications between the points of delivery and pipeline monitoring stations to the VCW-WTP. Alternative to be considered include providing a fiber optic Ethernet connection to each of the delivery points or to provide a spread spectrum 900 MHz telemetry system.. If the 900 MHz telemetry system is desirable; a point-to-point path study will be developed for each of the delivery points; 1 S. Design of pumping and piping improvements to the plant water system to increase capacity and reliability. 19. Chlorine Decay bate Coefhcier�t Deterrxrination, 1Vo standard method exists for performing a chlorine decay simulation in a reclaimed water pipeline. Develop a special method and perform the tests to provide a rough estimate of expected chlorine decay in the pipeline with respect to water age. 20. Evaluation of the plant water system as a source of providing nummum demands in the reclaimed water system. 21. Design of electrical and instrumentation far each of the delivery paints or pipeline monitoring stations. 22. Design of electrical and instrumentation for flushing facilities. 23. City of Arlington Branch Pipeline Segment to provide topographic survey far City of Arlington Branch Segment from the rrbain line to Cli.ester Ditto (Arlington) and Dolling Hills Golf Course (Arlington/P ivate), 24, City of Arlington Branch Pipeline Segment to provide plan and profile drawings, technical specifications, and bid documents for City of Arlington Branch Segment from the main line to Chester Ditto (Arlington) and Rolling Hills Golf Course (Arlington/Private). F;\projects\031 S\OA2P01\PiojectMgmt\Contra�ts\Fxhibit A-1_REV3.doc 1� 1 � 1$ y 3g 2008 25. Bid Phase and Construction Administration Phase Services, P:\projects\0318\042-Q1\Projcctivlgmt\Contracts\lxhibit A-1 1�V3.doc A1-� i Total Item Item_ Description 36-inch piping including trenching, embedment & backfill Unit LF Quantity 10,200 Unit PriceflAn $ 18a 0 1 2 30-inch piping including trenching, embedment & backfill LF 162900 $ 150 3 24-inch piping including trenching, embedment & backfill LF 147300 $ 115 04 20-inch piping including trenching, embedment & backfill LF 3,900 $ 95 5 Directional drill for 36-inch pipe LF 300 $ 550 6 Directional drill for 30-inch pipe LF 900 $ 5oo , 7 Directional drill for 24�mch pipe LF 17600 $ 450 $ 7207000 8 P9 Directional drill for 20-111ch pipe LF 650 $ 400 $ 2607000 Trench Safety LF 45,300 $ 4 $ 1817200 10 Meter Station EA 14 $ 22,000 $ 3089000 Blow-Off Valve Assembly EA 8 $ 9,000 $ 72,Oa0 Air/Vacuum Release Valve Assembly EA 10 $ 8,000 $ 80,000 k16 Ductile Iron Fittings TN 30 $ 41000 $ 120,000 Concrete Pavement Repair SY 81700 $ 96 $ 835,200 Asphalt Pavement Replacement SY 10,150 $ 62 $ 629,300 Traffic ControlPlan LS 1 $ 125,000 $ 125,000 Rock Rip -Rap CY 1,250 $ 135 $ 1687750 Additional Rock for Foundation CY 22000 $ 32 $ 64,000 Additional Concrete Class B Encasement CY 900 $ 400 $ 360,aaa L22 Remove & Replace 5-Strand Barbed Wire Fence LF 12,000 $ 16 $ 1927000 Metal Access Cates EA 10 $ 750 $ 7,500 Tree Protection LF 7,500 $ 10 $ 75,000 Hydromulch Seeding AC 73 $ 21000 $ 146,000 Utility Conflicts LS 1 $ 325,000 $ 325,000 Storm Water Pollution Prevention flan (SWPPP) LS 1 $ 200,000 $ 200,000 [424 Subtotal $ 1178699950 Mobilization, Bonds, & Insurance (5%) $-59137500 Contingencies (10%) $ 1,187,000 Opinion of Probable Project Casts $ 131650,450 F;\projects\a318\042-0 l \Data\Alignment_Revised_xls ova2iag - Updated: June 17, 200a CSrepared by: Michael F, Graves, RB and Billy Black P&Y Discharge POT • Mffm.. Mom Murrof"MitwMe Roll power from MCC to Pumps _. . Meters and Controls �Outside Electrical Enclosure and Pad Ilion !Lightning • - i11 ':PLC and 1 ♦ ♦ + 11 111 11 1. lvlete���Statlon Oil TotalChlorine (2006 estimate) • 1 1. 1 1 ��"� Escalation to 20-09 • !f• -.. 3 1-.. I IN i I I I1: HOURLY FEE SCH 2008 Staff Description Admin Staff Senior Admin. Staff Designer/Technician Senior Designer/Technician Engineer-in-Training/Scientist-in-Training Project Engineer/Scientist Senior Project Engineer/Scientist Project Manager Senior Project Manager Principal Staff Code Range of Billing Rates Al-A3 $ 50.00 - $ 70.00 A4 $ 65.00 - $ 95.00 C 1-C2 $ 45.00 - $ 85.00 C3-C4 $ 80.00 - $ 110.00 ESO-ES3 $ 75.00 - $100.00 ES4 $ 90.00 - $115.00 ES5 $105.00 - $135.00 ES6 $120:00 - $155.00 ES7 $150.00 - $215.00 ES8-ES9 $165.00 - $250000 Billing rates are based on "salary cost" times a multiplier of 2.3. Salary cost is based on direct payroll costs times 1.43. Salary cost includes direct payroll costs, payroll taxes, vacation, holiday, sick leave, employee insurance, and other fringe. Range of billing rates shown maybe adjusted by up to 4 percent annually (at the beginning of each calendar year) during the term of this agreement.- The multipliers shown will not be adjusted. A multiplier of 1.075 will be applied to all direct expenses. F:\projects\03181042-01 \ProjectMgmt\Contracts\Exhibit_B-2.doc M3.29 August 13, 2008 -N - - - r a a ■ i Proposed 1VttlV�� Subco�tsulta��ts 1. Spooner and Associates, Inc. Surveying and Easements $2035325 11.3% 2. Can -Real Easement Appraisal /Acquisition $141 NO 7.8% 3. Chiang Patel & Yerby, Inc. Pump Station, Elec and Instr $260,100 14.4% 4. Multatech Engineering, Inc. Railroad Permitting/Coord. $8,000 0.4% 5. BIDS Technologies SWPPP $29,100 1.6% 6. Lina T . Ramey and Assoc Subsurface Utility Excavation $205000 1.1 % T GME Geotechnical Drilling $16,275 0.9% 8. Evans Graphics Printing $13,560 0.8% Subtotal $691,360 3830% Proposed IVort�lVllW>8� Subcoz�sultants 1: Dallas Aerial Surveying Aerial Surveying $25,000 1.4% 2. AR Consultants Archeological Investigation $24,480 1.4% 3. CMJ Engineering Geotechnical Engineering $8,725 0.6% 4. Red Oak Engineering Rate Study - $1505000 8.3% Subtotal $208;205 11.60% Subtotal Snbcoiisultants Prime Consultant Total Summary Basic Services Special Services Additional Services Total 89956; 49404" ,. 905,921 50.6°/u $1#$0534$6 100% $709,060 39.3% $0 N/A $1, 059486 100 H:\projects\0318\042-Oi\FrojectMgrnt\Contracts\1rxl�ibit B-�A.c1oc T>�1 3, 2005 1: �3asic Services (I�.S.) Pipeline (APAI) $ 511,860 . B.S. Pump Station (CPYI) 197,200 Total Basic Services $ 7097060 SPECIAL SER�fI�ES ENE Sl1P � APAI $ TC)TAL A. Establishing Financials 1. Assist in Securing Customers 145,280 145,280 2. Identification of Funding Sources 417200 41,200 8. Rate Study 150,000 297000 179,000 Ua— & — A - I A oleo 'r► 0201 agABO °2169 ADD o.ann VVV ArmYJitP a S Preliminary Engineering 1. 210 Regulatory Compliance 0 19,370 19,370 2. Topographic Surveying Svcs. 162,825 0 1627825 8. Aerial Survey 25,000 0 25,000 4. Wetlands Determination & PJD Report 0 71000 79000 5. 404 Permit Application 0 4,500 4,500 6, Mitigation Plan 0 %000 10,000 7. Environmental Information Document/EA 0 28,885 28,885 8. Archeological Investigation 24,480 0 24,480 9, Ceotechnical [drilling (20 holes) 16,275 0 169275 10. Ceotechnical Engineering 81725 23500 11,225 11. Reclaimed Water Sys and Surge Modeling 45,700 61000 517700 12: Pump Station Alternatives Evaluations 17,200 41000 21,200 Subtotal 3000205 769756 376,960 F:\pr©jccts\6318\042-01 \I'rojectlVlgmt\Contracts\Exhibit 13�3II I ,doc � � �-1 July 3, 2008 zjUtj $ APAI $ TU I AL Detail Design 1. Prepare Easements does (30) 40,500 5,000 45,500 2. Easement Appraisal and Acquisition (30) 141,000 %000 150,000 3. Sub -surface Utility Engineering (20 holes) 207000 11900 217900 4. Erosion Control Plans & sW313 297100 0 29,100 5. Printing & Reproduction, Misc Reimbursables 13,560 10,400 23,960 6. Dark -up (7.5%) Fee on Subs 0 67,526 677526 Subtotal C 244,160 93,826 337,986 �PECIAb �ERVI�E� TWC� (Reirribursed lay Member pities) 1, City of Arlington Alignment Evaluation 61000 61000 2: City of Arlington 210 Regulatory Assistance 10,000 10,000 AC��ITIt�NAI� �ERVI�E� ALLQWAN�E 0 0 TOTAL- PR(�JECTE[0 EEE SUMMARY Basic Services 709,060 Special Services One 11080,426 1. .. � ♦ • � f • special services Two -Arlington 16,000 Additional services Allowances 0 F:\projects\031$\O42-(11 \ProjectNlgmt\C'ontracts\Exhibit )�-3)�l .doe �� B-�, July 3, 2008 1:0-11 �- a,. ',: ! 1 i is .�11XV�y�n� l . genial Topographic and Orthographic Survey = $25,000 2, tsround Topographic and 1'laniinetric route Survey = $106,700 (48,500 LF @ $2.20/LF) 3. Locate SUE and Soil Borings (40) _ $8,000 4. Adclitional Survey Width at 4 Creele gassings = $4,000 5. State Centerline Pipeline (for Design Phase -not = $31,525 construction) 48,500 LF a) $0.65/LF 6. Tie Wetlands and Axchealogical Delineation = $i;500 (approximately 125 points) 7. Stake F�lge oiFasements — $5,100 (10,000 LF Allowance @ @.51/LF) 8. lZestaking of Control Points Prior to Constzuctian = $0 (not ricluded) Permanent and Ter�aporary Construction Easement = $40,500 (30 properties @ $1,350 each) F:\projects\0318\442-01\f'rojectMgttit\Contracts\Exhibit B-3�.doc BBB-1 I�rinting arici �eproduotion 1. Design Report 4 sets of report NIA �. Preliminary and Utility Clearance (at 60%) 12 sets of Const. Mans �, 3a% �teview (not broken into 4 projects) 12 sets of Const. Plans 4. 6a% F�eview (not broken into 4 Projects) 12 sets of Const. Plans 12 sets of Specifications 5. Final Flans (no# broken into 4 oroiects) 16 sets of Const. Plans 16 sets of Specifications F. Bid Documents (4 projects): Not chided 7. Mounted Exhibits for Public Meeting: 5 Drawings �. Final Mylars for Record Purposes: 1Vot Included 1/2-size Plan) i' a l �Aljjq I m1 $1.0a/sht. x 150 sht./plan x 12 $ l A0/sht. x 140 � 12 � 1.aa/sht. x 1 sa x 12 $0.10/sht. x 400 pgs/specs x 12 $1.00/sht. x 150 slit./plan. x 16) $0.10/sht. x 400 pgs/specs x 16) 5($300/Board x 3 each) $0.6�/sht. x 40 sht. x 10 Subtotal P�ala�tiaag and IDeg�-aductiiora (iV>v} Coping (inahor�sc) and Qther Rcimbursables July 372008 $0 $4,5aa �2aa $13,560 $1a,4aa 960 F:\projects\03'18\042-0'I \�rojeetlVigmt\contracts\Exhibit_B-3C,wrk O O O q Q a Ca d b Q 0 um � N U � a F (jj pp O O O O q�r m m 6 4tlC9! drnm OOf`• Om GO7 Ln MMO7 mOO 0 K6Nl mIn mO NO mrO` M1M1O t� ICaN NOh- mON 07O 0vOi rpp4�7 OOm 0 y} N 9t N hN7O O W @ tY 0 V C f0 C\ Nt Q _ 7 r (D L Q S � m- 44 Ffl b# 4} 69 y} fR fPr 64 ti# e'i 64 EA fA (#} E9 H} 64 U# 64 63 Efi tl# EH Eh N H3 CO fAj SN Y# E9 43 CFt 64 4 H 7 T-' O yQj (��y N d° R m (L1 R m N O N d - O m (O O m m m i(3 t2} m c� m m K1 N m �y fIJ T RJ N [V - [7 V d' � 4`'1 N d N Cl) yNy E C3 i4 M 5N5� N m m N N G C w N E CO m `p m g d E ......__... na a tt7 € @ 10 a 4' N 9w � 4 N - - --------- 17T 1 go Ln 'No O O C qT d0 d' CO s-t �©Q H •� co @ O9' m min v N o l0 to a? [t wGi y FE MCI cmz o o °� •E cv �i �12 "� m rz �� N G1 c C� ¢f a) a N L1 Off, U !Hryp' qz O lj ? 9 �3 °• m© a ci o m ' � q m U i `'ci 4 i C7 'o ;0gin `m ❑ c[ ro +n c w m m m o U W U1 tl1 0 N O O li'i° SL Is C',� t7 V3 �.i v W Q Q1 let �i Cl x 4 c_ Gi ii U 0. U U 4 t t q 47 4 O p� Ll N C7 �1 �r1 a] a N CD Cn M N1 (� J Q p'p��� o o � � c�c 0 0 0 � a p�p � p � o p�p 0 0 0 0 0 0 0 o ptP a o y�y�� � a p�p� a p�� p o a _ � l� 9 (§ � � h G N � ® M M � � (+S M1 id tLj � O t0 h O F- tTi � CD w ip �B V' V3 7 Q �8 � l3 L°1 � m U7 C1 iC_ N SJ 4% f� N � O O 4 P 4 O_ C] - � C7 O fi O [O O O iN � � � a � _.. — — — _� -.. �j � ca p[y LJ ui V � � a ® o ® 0 t0 o t[1 u-, iD ®® O p h p Ifs a c5 �" (�pj � a (6 o i0 0 iO 0 o N a P m � p <b p tb o N qq4 (j W � tp9 CCN�� � N '- r K1 V ® a] h t!1 R3 �p CCVV ��}} tCl � e� i2 m _ r r � � N N K! N In r iP} N F� � ® � � m !n m N Cai C`} 1< 4')i CS ® ® �t R] M Cp � h �Y iY a§ � [`I � hT u F° N � � LL m � �' 64 yry � fPr N# N3 E9 E9 H} ffj yy Hi FfY (}} fxh 69 f# fi} Ni H3 dj Ki H3 [9 to 4�# {q ifS E!Y Ui N} EH 63 U} FPr (g 10 _........... N ISi N N �,., � �N NN � �(}-� O �' - r C7 m to r � M � CP7 fPO g iN0 M m N P PP! C} N � � 4 � @ m N N Q CND � (R9 � (Ni �ej � :� � � B g � c) y �@ � ® � _ �' � N N m N - � F� 4% ___ E :�:. U F � pp g C � r �-- N a �: _ .. . _. Ui �' a' a *�, w E � Ei ® � o �" W a iP o m o® '� m �5 � N ai in P � v o N � m w t� N a3 w �y tD ® � V` 7 C7 C7 N 4i � 4+? V e � C ti - � C} O N iD � O P pp ed ��� � � � � @P N ® � W V V' N N N � RS (i} N N ® � P � � m � ® t6 Q � V .fT3 � C7 � N q N i0 C�tI N _ y,,,, GS 6 � �N o � � � LS R1 - __ __.... . ___- � � � � � _ •� � w iV ® 6Rf1 N ilk [V iD (O O M N i� iB a5 fO � 3 m � N ® N � d' !8 ® N � <F � � v b � �' � V � co 3 �' d' � g. _ C4 N v � � Ri � U :_� U � q � � 4] U � ;� 6 � o A h � m q � � p � .� � w � � � Q � � � � m y7 C m � q �? lit U � Q �� � � m O �.' � � � N {�u k?, O � ��( � N ro .C�C,_ b .��`, o o $ 5� a � d , n � � y a: n` ro� ova iv ti ro � � m �4 o m :�` U � a � tc in 4 4 � ,� � U � 6 h 4 ,� � � � � D' C � � 'C �a � 4 4 o p � 4 �i y 4. � � o c m m � Xy e 4 � ii � � � m g Fq �� � b $, � C � N `a O � � � � � � o C� y � o to 4. � � � � ° c � � � •� g �d � _ '� �y' . � � � � � �' � u,. � � '� �, � � m L1 m $ � �� 4 � � �i � ro O o Q, on � m '� CC k � �' k44�� O � � � � � c o z �, � i '�S °' � � w � � 4l A 4 � � I� m � 5, � p 4 si � � �i � �S A o � �. � � 'i � ©.� O U O � d � 4 CI Q y � N � c� Q! o \ a 7 � � �. � � �{ � C Q �t� � 4 � c`a 4 m a � � N `C> �2 ti � g �' O .. N � �{ H io t\ a2 a� O � N cy � t} 47 <o � iA Cn t] �' Fo vI cc}} �C1 cp h co c'n tp 6 [*] M NJ p\�° tt' V' V' V' �h v' th � V F' b � iiS lr) k] 47 � ip ifl U] ip � 1O �R iQ !•. � � � N (] �� f5 6 J pp� o o a a O n o p q G M1 CJ (G t ui i] O [7 m [r O O 4> 4a Q fV 3 E] O N 00 (e] O Fb �j � F O O CD m 'D N N 8 2 Le) to qO' m O N N In 0' N 6fI co M M Co w m N SDI I'- c 1 fR P P � Iti Ln d tti Ur ea e06 u (0 c» kF� 60r to u> Ea 6% err _ a 4 h eLn us owl 4 O N N m Q Q m co CD co nQ 44 .� N i0 tg E� 6 (t} F (4 cc m N m 4 7 W m N m N m 10 N N 6 L o G SY 61CO U � U � _.6.._. .am P N O N m tV C1 Lo lfl Qf c e N m F `Y a 4 d 0 o d n N N O � 4 � - � p � b � to _ rn .0 N $ 4 U 4 �''_ m ro U) o aroi U ro �' m h o e ro 5 cL n (n v� 4 z -�roa. m , llpp o co ui Q d � t1- � — Q \\ °d? O 9 o O O a c o O G 4 � o '�, o o a o � o � o :�� 6 G o W m � Yy h; w � u7 r � �n � w r N rn o m � r` m m r �; � � � �, � � W � @' V m m ui v� � N m K, ui M m � � - N m N u7 fn m m � Q � O !Y � � �S C5 € � � 6 �+ P c� iD 4 c, O O i2 N � SIT V5 I+ po p PI O O Q O . � � m O O m lJ m 6 es �. .'? �? � O � €a c� h m N w � G - � (C� W � v fs � i m 7 7 c d� h o I'4, � 4 c4 � @� N 4� OY t� W Y 7 t+i m N r (O m� � � O. N O m W tD W H- M m m V' O h- ti m N tli f` 1n j� ¢i N � �[ � R N N @' �' N Ljj f�R �.. CV tV a � �. � - .. � �' �. Fn aFr r» eti esr v> � ffp v� � � as � eri: � ''+t� � � e» st ct# Ftt es fer= rrt e€s es-i � w ti F :, N �r �f5 � ��� o � a R � � o �, O V w m m ee a: ti <n V mCp N � m �' h � 5 N w '{Z. � dfi� � N m M � <n N . N :y a m ui in � � N m i[} m r N � �D ,- . rN'a. vl g� .C��i.. W o a o a v �r a� m °a� v�� a- m� =t v � � �r� N N 41 N N'.: �'eN- � � v SV� N m' m �_ M M1 s@-; U _—_ fo N fi U � y� �. �. : .6 _a.. 4 � � �® � w a��© a a o a N N �E' w m m a N o a� � o ro o N �� �.�: N O N N; N � P � Q P � M m W N �f � 6 ?Q � � a tp � cs � o "�� [� e� � � d � ,�` � � g � -��' R. N N PJ '6� ©� �mom± t/j ham• �'� .a �N-- �' 6 � .. � N, N V' b. C m m 7� m m iO : m N m ��' ¢ V :� O w m N w <Y N: 6 .-0. N W �� N (O d' M N.@ a fA 7 M r N N � N M N �El r N � � ...�. _ P_ � •� 6 .�: N N CV m m m m W W a cV � �e#: a' � � _. ,� �: _— •.¢ U 9Y � �_ N G � s TJ. x _� ti � � � � N O � O •tG 'y�7 � C �� � N U f � o � � .© titpp —� � � N � � �� � y� �u+ C5' � v O pmm� eV U y y� � Vi Q c �1 � 'y �! 7�i g c6 `�° � � � N ru � � � 4 v �� :� H :P fh � a 9 ro m u � _fry. W � � � � � � 'Q � '�' � �' � � � a� `a �'- � °' w `° sn a � � O ti m � � � as � � V � Q' m � � o brit. � � R � C � � �� � � �C_ G (�� E � � � � U � .0 C � � � y � C � f%j � C � C .L... � t U � Q1 � C 4 � � G �€ . � 61 � ® Q +� id � � � ,O � � Q � U � � � � � .� ro � � � � � � � N O! d U Ln � Cry � �N 4 � '� F ��n � 4U u � d e� C v7 0 � �_ G �. C � '� S ,{G0 � �� � � Lj F�F U'y N C h t� Ja f] '� C S 'C y N cP � .p�@� U �. b !�1 .� �_j % b � y � � Q O � � f] O h E g� q � 4 � � a` a � Q f1�. � P q �� U � �3 � � C l N '4 � �c O cy U n ¢� � � .:�. c dp't � 'N t-- N m V k] '� i. .�= t� t. N m t i� C t� N C] V 4] fD ti N m m � � m0 ,6 � N ,� � � L @ .''�:.. N 4 9 N t5 fS �- u� d N a '� a � U o W W w ° � _a -"- __ p o 0 o a \ 0 \ o � �� o O O o � a m m v 83 m� ea Y� 05 � o� lL © � N 47 vY Oi (V CV N Oi In ® � o a p U � ¢ � � N O N - N Q 4 W P a J � HF EH 64 fPr ea cfi 6s ass FFi v3 vi � g,. � -. ,� � Q � N � q� � b W � �y fN�- N (h0_ lf? � � � � E ep ep d W [� ,� F �:... �� m u5 €v p � e� y. ll 2 __. _ 10 �U fM � � � E _ � � _ _ N N � CS a" �E tl! W L S N N� M1 4 V st Fi �' fV cN�i �p7 � .� � - _ —_ _._.._ _a ���yy Q � i? � .� e rn �_ � � � u i � � � � � � N) yyvv �� �_. � y��r � .� i" � b � � � IL � � _ _._.. � 61 _� C? � B �_" CL � (i � � � � 'Q _ �y .. N g � W S�! � ...� _� — - � � f� - __ � � e @ ' C �j � V � � � � @` � N eP g a � in .0 � .` � � .. � N '- __ - 6 CV Gi 5U C R � s e' q a E a` � � a � � e � a �' c' � a � � q m � 4 � � � s e .Q� � .� m ams .O. �. o C � � a C �2 � � c ' o c �S, � `n .m SS � `° �' a g �, rn B � � .� � •�' m � n, m m �. � � � w m m� p r 4' � m� 7 � m O � � � � .� � O � by C C 4 � � O '� a� � C 4 $ a N .�cyj � .� pQ a�i ro 2 4 b F� �j P= cL 'S Eh � W � 4.7 CY � to � Ci N �6 27 � FS N � v J N a� N N F N �'7 'd� 47 �D h ® 6> O b m m � � � 0. -J J F- I- � N (!7 U N '� J N ? � � F Q _R C%� ll.. 0 a !il N ip m N N N S T N f% m 7 ifPi nPi a p i �p P �6 t6 Y Q - P 4 ab bi 00 u5 - q- m fn � L m C 91 d e w _.. — _...._. .._ _ I- ----. ._. c C fA o/ u y C gg aJ N N M R N N t�i N N N CY CY p Y d a H J.ag4A 'a ��' ��1 -ism k r s".Y by TFrci'�i� rt� ,�, * .�zE9!ra -i} J TI M +i'},;� t ic1 ./ryJ § �i Y y d•Y� .nj LV ';f. ;,%!�� �I. 1 '} "T'�i'2C'"J js l`Y" i� LE V a tFJ ^ik �, �,e'll. F t^'t�1, s'�'�.k�2�° n L E f-..I lTS r�, c o_ 1p C E 4'"' N�{g. Cv i. W Ci `� fo m E au�E yJ S FL ataw'�5cwe}�+yTF�j,, a 19 k 0! 1.1 5..- u Le L re C� aF �e 0 0 uj 0�e ,� o'00��'0 C d o Ec G'ey''o—."' �^ Q� a 5 , �} ;ni�a, 3`��� F.�m�i ❑$❑ 0 G00 ❑ E 00 ❑ E>❑❑ L• Z", in tl u rn ❑�� o to 5w�L7 .i IL as IL i 4 ry N .B M1 it N iQ V- � hN N anN f+1Q N � � � W QN iO iL O1 cV iY W NN �t i0 NNNN b b _—_— V Q V' W V' 7 N N N N e5 id y- ry W W st N N gAg f.� W N N W N W W etT W d'V d'N [VN N W W stN 66u IL 6 --i— d- W W .E a c w - -- — — — '+N N N N N.�i Nf'NNN 61 T-� 6 6 NN M Nry V' m G `G RFN N ,tJ4l 'li "15 jy '.i ii- $ 4 'tYi� s { ,���`- '�. 1 ?� � t J, ��y, Yc 2 + iw'7t ..N-LLL �` i j5 { W) ni i c .?0 ,W go v v N '1 a k9 m 11qq dap o c b E o N b 0 v N 9 _L° 2 t� � f]tm ,c _ E � u�° 8E �i E _ w Os em12 f L`c 1d�i i �i E•'�- S� Si �6q+ie tS!�iI 7Ci Pn C c o °'° IV l/I Vl ifi N g� 64 6S. ti Q :l'G�i'r W �I YY U3 N tl; 4 J � H ii e. d t�i CNLl p g¢�r C G f N lra a'6U �i%�iL 7 m � O I � a h a US Ida g 0 as aaN 6 Q d W 6 E W o- C IY H .y L d E WOMEN a lel - i '� ! S'! f- y�§ i aS"x f"1tf a3�` s� la �Jffioifj ���+`-��Y� r�Irl if { g'k". P! �f.xr, 4 NWmv...k'v ar ism ,yt^ #..l a""` try flF 1} .k6MJ`tiaur_.W...-w,+,,:..-.r ws'� }f,,�. h. •-n . c_.r�.. z„��., Y,:r,:... .., », a„vs\,,hcl 67 E Ln E rn Zvi �12 �g�- a t; �a �mm e� s�� u�c7a �- —L° it m {Y.± 3 y� aEv a 68 78 a s � `� awl �..,w a 6 5 V) i5 spgyg�� w � T � o o �6 � � ti��`13 e' yyg�g � � v A u� 9. a00 � O udi 6 O �Y to w$ t7h h 4�w Miilie.a17 � 0� 4+ hM cn otl aJJ ❑ 8 II.. y b1 d as y�f C c� Ue'. "� sin AEII O 000 O n goo N a f:] #h ry N N� N n ry o .-1 f a 0 x m Cl f0 t0 1p lO O tp N W �Y N N N .r rl op .y - lli irmll W o m W 19 WW N N ID � N N ti ,+ tg N N (J N N v+ m T __m -___ __ __ N N N M N a S 18 '. 'Q use. s3�' L' r� 5rjsA' 4A' a'M ' P`k RcA W Ili - rtT 01� Mfg" �S{W' MI-1IRM{` INN a3-�" t Sri '7,n as a a 155 _ _ In gg w ❑r o 3, go m ry 'fit Most fO O ti �'a S E �. m Eat waQ�tna 7 mE s f1RQ 5l m a w a qc[© �}�ID in sin a Ekc t�KtSKu®O E mega — _ _` N h i ATTACHMENT C 1AMENDMENTS TO STANDARD,, REEMENT AND ATTACFIMENT A None F:\projects\0318\040-01\ProjectMgmtlContractsWttachment C.doc § � / 2 < f ® f ~ / f ® I e e ! � a e ■ :: ƒ . . .. 2 )/° » / f � J�Z®�-=,\\3f)±)�)¥ (!£a)!-2®:���aa; ® a�!! )(Jf\}/)f)a0 /j/§>22lz/K2==aa2wz2r!=7a<=L)L) Page 1 of 2 '' • • � - '. • • • • . • DATE: Tuesday, August 26, 2008 LOG NAME: 60VC RECLAIM REFERENCE NO.: C-22998 SUBJECT: Authorize Execution of an Engineering Agreement with Alan Plummer Associates, Inc., for the Village Creek Reclaimed Water Delivery System Design in the Amount of $1,805,486.00 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Alan Plummer Associates, Inc., for the Village Creek Reclaimed Water Delivery System Design for a total fee not to exceed $1,805,486.00. DISCUSSION: On May 10, 2005, (M&C C-20721) the City Council authorized the acceptance of a Texas Water Development Board Regional Facility Planning Grant and execution of an engineering agreement with Alan Plummer Associates, Inc., to develop a Reclaimed Water Priority and Implementation Plan to determine .,.,+e.,+��I re.�I�imerl �eiator �� �c�+nrrjp�rc rnnrenti ��1 evctem rier3inn rnct and feagihility analveie anri ni i�,ilie Nv• ��ua� 1 1i1G1111VV r w� vas wu ..�, vNaaau� yv �y�y � �.+•.�, Y� outreach to develop a wholesale and retail customer base for reclaimed water. As part of the scope of work, Alan Plummer Associates, Inc., will prepare construction plans and specifications for the Reclaimed Water Eastern Service Area consisting of a reclaimed water pump station at the Village Creek Wastewater Treatment Plant (VCWWTP) and a reclaimed water main from the VCWWTP site to the DFW Airport (approximately 9 miles). Alan Plummer Associates, Inc., shall also assist in easement preparation and acquisition. Alan Plummer Associates, Inc., will prepare a reclaimed water rate analysis to establish reclaimed water rates; assist in development of Reclaimed Water Contract, and assist in permitting and regulatory compliance. Alan Plummer Associates, Inc., will also prepare a design for the connecting reclaimed water main from the proposed Fort Worth reclaimed water main to the City of Arlington as part of this project. The City of Arlington will reimburse the City of Fort Worth for this cost which is estimated at $16,000.00. Alan Plummer Associates, Inc., is in compliance with the City's M/WBE Ordinance by committing to 38 percent M/WBE participation. The City's goal on this project is 25 percent. Additional funding of $25,000.00 is needed for staff review and support. This project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds required for this agreement are available in the current capital budget, as appropriated, of the Commercial Paper Fund -Sewer. TO Fund/Account/Centers FROM Fund/AccountlCenters http://apps. cfwnet.org/council�acket/Reports/mc�rint.asp 08/27/2008 Page 2 of 2 Submitted for City Manager°s Office b� Additional Information Contact: P275 531200 705140021330 $1,513,078.00 P275 531200 705160021330 $292,408.00 Fernando Costa (8476) S. Frank Crumb (8207) David Townsend (8430) http://apps. cfwnet.org/council�acket/Reports/mc�rint.asp 08/27/2008