HomeMy WebLinkAboutContract 43463 (2)on/ mvo,--usoiAte
CITY OF FORT WORTH, T ICAS
STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES
This AGREFMENT is between the City of Fort Worth, a Texas home -rule
municipality (the "CITY"), and Tank Industry Consultants, Inc, authorized to do business in
Texas, (the "ENGINEER"), for a PROJECT generally described as: Armstrong Ranch
Elevated Storage Tank Rehabilitation Project.
Article
Scope of Services
A. The Scope of Services is set forth in Attachment A.
Article II
Compensation
A. The ENGINEER's compensation is set forth in Attachment E.
Article III
Terms of Payment
Payments to the ENGINEER will be made as follows:
Invoice and Payment
(1) The Engineer shall provide the City sufficient documentation, including but
not limited to meeting the requirements set forth in Attachment D to this
AGREEMENT, to reasonably substantiate the invoices.
(2) The ENGINEER will issue monthly invoices for all work performed under this
AGREEMENT. Invoices are due and payable within 30 days of receipt.
(3)
Upon completion of services enumerated in Article I, the final payment of
any balance will be due within 30 days of receipt of the final invoice
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 1 of 16
OFFICIAL RECORD
CI �i Y SECRETARY
vrx worn;08-0 1-1 2 A 1 0: 0% IN
(4) In the event of a disputed or contested billing, only that portion so contested
will be withheld from payment, and the undisputed portion will be paid. The
CITY will exercise reasonableness in contesting any bill or portion thereof.
No interest will accrue on any contested portion of the billing until mutually
resolved.
(5)
If the CITY fails to make payment in full to ENGINEER for billings contested
in good faith within 60 days of the amount due, the ENGINEER may after
giving 7 days' written notice to CITY, suspend services under this
AGREEMENT until paid in full. In the event of suspension of services, the
ENGINEER shall have no liability to CITY for delays or damages caused the
CITY because of such suspension of services.
Article IV
Obligations of the Engineer
Amendments to Article IV, if any, are included in Attachment C.
A. General
The ENGINEER will serve as the CITY's professional engineering
representative under this Agreement providing professional engineering
consultation and advice and furnishing customary services incidental
thereto.
B Standard of Care
The standard of care applicable to the ENGINEER s services will be the
degree of skill and diligence normally employed in the State of Texas by
professional engineers or consultants performing the same or similar
services at the time such services are performed.
C. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise
the CITY concerning the results of same. Such surveys, tests and
investigations shall be furnished by the CITY, unless otherwise
specified in Attachment A.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 2 of 16
(2) In soils, foundation, groundwater, and other subsurface investigations,
the actual characteristics may vary significantly between successive
test points and sample intervals and at locations other than where
observations, exploration, and investigations have been made.
Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that
could affect the total PROJECT cost and/or execution These
conditions and cost/execution effects are not the responsibility of the
ENGINEER
D Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in
ink on reproducible mylar sheets and electronic files in pdf format, or as
otherwise approved by CITY, which shall become the property of the CITY.
CITY may use such drawings in any manner it desires* provided, however,
that the ENGINEER shall not be liable for the use of such drawings for any
project other than the PROJECT described herein.
E. Engineer's Personnel at Construction Site
(1) The presence or duties of the ENGINEER's personnel at a construction site,
whether as on -site representatives or otherwise, do not make the
ENGINEER or its personnel in any way responsible for those duties that
belong to the CITY and/or the CITY's construction contractors or other
entities, and do not relieve the construction contractors or any other entity of
their obligations, duties, and responsibilities, including, but not limited to, all
construction methods, means, techniques, sequences, and procedures
necessary for coordinating and completing all portions of the construction
work in accordance with the Contract Documents and any health or safety
precautions required by such construction work The ENGINEER and its
personnel have no authority to exercise any control over any construction
contractor or other entity or their employees in connection with their work or
any health or safety precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the
progress or quality of the completed work on the PROJECT or to determine,
in general if the work on the PROJECT is being performed in a manner
indicating that the PROJECT, when completed, will be in accordance with
the Contract Documents, nor shall anything in the Contract Documents or
the agreement between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on -site inspections to
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 3 of 16
(3)
discover latent defects in the work or otherwise check the quality or quantity
of the work on the PROJECT. If the ENGINEER makes on -site
observation(s) of a deviation from the Contract Documents, the ENGINEER
shall inform the CITY.
When professional certification of performance or characteristics of
materials, systems or equipment is reasonably required to perform the
services set forth in the Scope of Services, the ENGINEER shall be entitled
to rely upon such certification to establish materials, systems or equipment
and performance criteria to be required in the Contract Documents.
F. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance
with Attachment A.
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation
or maintenance costs; competitive bidding procedures and market
conditions time or quality of performance by third parties; quality type,
management, or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate
PROJECT cost or schedule. Therefore the ENGINEER makes no
warranty that the CITY's actual PROJECT costs, financial aspects,
economic feasibility or schedules will not vary from the ENGINEER's
opinions, analyses, projections, or estimates.
G. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling
and observation that the work has progressed to the point indicated Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the Contract
Documents; that the final work will be acceptable in all respects that the
ENGINEER has made an examination to ascertain how or for what purpose
the construction contractor has used the moneys paid; that title to any of the
work, materials, or equipment has passed to the CITY free and clear of liens,
claims, security interests, or encumbrances; or that there are not other
matters at issue between the CITY and the construction contractor that
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 4 of 16
affect the amount that should be paid.
H. Record Drawings
Record drawings, if required, will be prepared, in part on the basis of
information compiled and furnished by others, and may not always represent
the exact location, type of various components, or exact manner in which the
PROJECT was finally constructed. The ENGINEER is not responsible for
any errors or omissions in the information from others that is incorporated
into the record drawings.
I. Minority and Woman Business Enterprise (M/WBE) Participation
In accord with City of Fort Worth Ordinance No. 15530, as amended the
City has goals for the participation of minority business enterprises and
woman business enterprises in City contracts Engineer acknowledges the
MNVBE goal established for this contract and its accepted written
commitment to MNVBE participation. Any misrepresentation of facts (other
than a negligent misrepresentation) and/or the commission of fraud by the
Engineer may result in the termination of this Agreement and debarment
from participating in City contracts for a period of time of not less than three
(3) years.
J. Right to Audit
(1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years
after final payment under this contract, have access to and the right to
examine and photocopy any directly pertinent books, documents, papers
and records of the ENGINEER involving transactions relating to this
contract ENGINEER agrees that the CITY shall have access during normal
working hours to all necessary ENGINEER facilities and shall be provided
adequate and appropriate work space in order to conduct audits in
compliance with the provisions of this section. The CITY shall give
ENGINEER reasonable advance notice of intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the
CITY shall, until the expiration of five (5) years after final payment under the
subcontract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of such
subconsultant, involving transactions to the subcontract, and further, that the
CITY shall have access during normal working hours to all subconsultant
facilities, and shall be provided adequate and appropriate work space, in
order to conduct audits in compliance with the provisions of this article
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 5 of 16
(3)
together with subsection (3) hereof. CITY shall give subconsultant
reasonable advance notice of intended audits.
ENGINEER and subconsultant agree to photocopy such documents as may
be requested by the CITY The CITY agrees to reimburse ENGINEER for
the cost of copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
K. INSURANCE
(1)
ENGINEER'S INSURANCE
a. Commercial General Liability — the ENGINEER shall maintain
commercial general liability (CGL) and, if necessary, commercial
umbrella insurance with a limit of not less than $1,000,000 00 per each
occurrence with a $2,000,000.00 aggregate. If such Commercial General
Liability insurance contains a general aggregate limit, it shall apply
separately to this PROJECT or location.
i. The CITY shall be included as an insured under the CGL, using
ISO additional insured endorsement or a substitute providing
equivalent coverage, and under the commercial umbrella, if any
This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the
CITY. The Commercial General Liability insurance policy shall
have no exclusions by endorsements that would alter or nullify
premises/operations, products/completed operations, contractual,
personal injury, or advertizing injury, which are normally contained
within the policy, unless the CITY approves such exclusions in
writing.
ii ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by the commercial general
liability or commercial umbrella liability insurance maintained in
accordance with this agreement.
b. Business Auto — the ENGINEER shall maintain business auto liability
and, if necessary, commercial umbrella liability insurance with a limit of
not less than $1 000,000 each accident. Such insurance shall cover
liability arising out of 'any auto', including owned, hired, and non -owned
autos, when said vehicle is used in the course of the PROJECT. If the
engineer owns no vehicles, coverage for hired or non -owned is
acceptable.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 6 of 16
i ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by the business auto liability or
commercial umbrella liability insurance obtained by ENGINEER
pursuant to this agreement or under any applicable auto physical
damage coverage.
c. Workers' Compensation —ENGINEER shall maintain workers
compensation and employers liability insurance and, if necessary,
commercial umbrella liability insurance with a limit of not Tess than
$100,000.00 each accident for bodily injury by accident or $100,000.00
each employee for bodily injury by disease, with $500,000.00 policy limit.
ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by workers compensation and
employer's liability or commercial umbrella insurance obtained by
ENGINEER pursuant to this agreement.
d. Professional Liability — the ENGINEER shall maintain professional
liability, a claims -made policy, with a minimum of $1,000,000.00 per
claim and aggregate The policy shall contain a retroactive date prior to
the date of the contract or the first date of services to be performed,
whichever is earlier. Coverage shall be maintained for a period of 5 years
following the completion of the contract. An annual certificate of
insurance specifically referencing this project shall be submitted to the
CITY for each year following completion of the contract.
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be delivered to the CITY prior to ENGINEER
proceeding with the PROJECT.
b. Applicable policies shall be endorsed to name the CITY an Additional
Insured thereon, as its interests may appear. The term CITY shall
include its employees, officers, officials, agents, and volunteers as
respects the contracted services.
c. Certificate(s) of insurance shall document that insurance coverage
specified in this agreement are provided under applicable policies
documented thereon
d. Any failure on part of the CITY to request required insurance
documentation shall not constitute a waiver of the insurance
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 7 of 16
j.
requirements.
e. A minimum of thirty (30) days notice of cancellation or material change in
coverage shall be provided to the CITY. A ten (10) days notice shall be
acceptable in the event of non-payment of premium. Notice shall be sent
to the respective Department Director (by name), City of Fort Worth,
1000 Throckmorton, Fort Worth, Texas 76102.
f. Insurers for all policies must be authorized to do business in the State of
Texas and have a minimum rating of A:V or greater, in the current A.M.
Best Key Rating Guide or have reasonably equivalent financial strength
and solvency to the satisfaction of Risk Management.
Any deductible or self insured retention in excess of $25,000.00 that
would change or alter the requirements herein is subject to approval by
the CITY in writing, if coverage is not provided on a first -dollar basis. The
CITY, at it sole discretion, may consent to alternative coverage
maintained through insurance pools or risk retention groups. Dedicated
financial resources or letters of credit may also be acceptable to the
CITY.
9.
h. Applicable policies shall each be endorsed with a waiver of subrogation
in favor of the CITY as respects the PROJECT.
i. The CITY shall be entitled upon its request and without incurring
expense, to review the ENGINEER's insurance policies including
endorsements thereto and, at the CITY's discretion; the ENGINEER may
be required to provide proof of insurance premium payments.
Lines of coverage, other than Professional Liability, underwritten on a
claims -made basis, shall contain a retroactive date coincident with or
prior to the date of the contractual agreement The certificate of
insurance shall state both the retroactive date and that the coverage is
claims -made.
k. Coverages, whether written on an occurrence or claims -made basis,
shall be maintained without interruption nor restrictive modification or
changes from date of commencement of the PROJECT until final
payment and termination of any coverage required to be maintained after
final payments.
The CITY shall not be responsible for the direct payment of any
insurance premiums required by this agreement.
m. Sub consultants and subcontractors to/of the ENGINEER shall be
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 8 of 16
required by the ENGINEER to maintain the same or reasonably
equivalent insurance coverage as required for the ENGINEER. When
sub consultants/subcontractors maintain insurance coverage,
ENGINEER shall provide CITY with documentation thereof on a
certificate of insurance.
Independent Consultant
The ENGINEER agrees to perform all services as an independent
consultant and not as a subcontractor, agent, or employee of the CITY.
M. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure
in writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing
of any conflicts of interest that develop subsequent to the signing of this
contract and prior to final payment under the contract.
N. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
O. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with
published design criteria and/or current engineering practice standards
which the ENGINEER should have been aware of at the time this
Agreement was executed, the ENGINEER shall revise plans and
specifications, as required at its own cost and expense. However, if design
changes are required due to the changes in the permitting authorities'
published design criteria and/or practice standards criteria which are
published after the date of this Agreement which the ENGINEER could not
have been reasonably aware of, the ENGINEER shall notify the CITY of
such changes and an adjustment in compensation will be made through an
amendment to this AGREEMENT.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 9 of 16
Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment D to this AGREEMENT.
Article V
Obligations of the City
Amendments to Article V, if any, are included in Attachment C.
A. City -Furnished Data
ENGINEER may rely upon the accuracy, timeliness, and completeness of
the information provided by the CITY.
B Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for
the ENGINEER's performance of its services The CITY will perform, at no
cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CITY's facilities as may be required in connection
with the ENGINEER s services. The CITY will be responsible for all acts of
the CITY s personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain,
arrange and pay for all advertisements for bids; permits and licenses
required by local, state, or federal authorities; and land easements, rights -
of -way, and access necessary for the ENGINEER's services or PROJECT
construction.
D Timely Review
The CITY will examine the ENGINEER's studies, reports sketches,
drawings, specifications, proposals, and other documents; obtain advice of
an attorney, insurance counselor, accountant, auditor, bond and financial
advisors, and other consultants as the CITY deems appropriate, and render
in writing decisions required by the CITY in a timely manner in accordance
with the project schedule prepared in accordance with Attachment D.
E. Prompt Notice
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 10 of 16
The CITY will give prompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions and that ENGINEER had no prior
role in the generation, treatment, storage, or disposition of such
materials. In consideration of the associated asks that may give rise to
claims by third parties or employees of City City hereby releases
ENGINEER from any damage or liability related to the presence of
such materials.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos
is a result of ENGINEER's negligence or if ENGINEER brings such
hazardous substance, contaminant or asbestos onto the project.
Contractor Indemnification and Claims
The CITY agrees to include in all construction contracts the provisions of
Article IV E regarding the ENGINEER s Personnel at Construction Site, and
provisions providing contractor indemnification of the CITY and the
ENGINEER for contractor's negligence.
H. Contractor Claims and Third -Party Beneficiaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out of,
in connection with, or resulting from the engineering
services performed. Only the CITY will be the beneficiary
of any undertaking by the ENGINEER "
(2) This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third -party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 11 of 16
or person regarding the PROJECT a provision that such entity or person
shall have no third -party beneficiary rights under this Agreement.
(4) Nothing contained in this section V.H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER
I. CITY's Insurance
(1) The CITY may maintain property insurance on certain pre-existing structures
associated with the PROJECT.
(2) The CITY will ensure that Builders Risk/Installation insurance is maintained
at the replacement cost value of the PROJECT. The CITY may provide
ENGINEER a copy of the policy or documentation of such on a certificate of
insurance.
(3)
The CITY will specify that the Builders Risk/Installation insurance shall be
comprehensive in coverage appropriate to the PROJECT risks.
J. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required
or requested assistance to support, prepare, document, bring, defend, or
assist in litigation undertaken or defended by the CITY. In the event CITY
requests such services of the ENGINEER, this AGREEMENT shall be
amended or a separate agreement will be negotiated between the parties.
K. Changes
The CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. If such changes affect the ENGINEER's cost
of or time required for performance of the services, an equitable adjustment
will be made through an amendment to this AGREEMENT with appropriate
CITY approval.
Article VI
General Legal Provisions
Amendments to Article VI, if any, are included in Attachment C.
A. Authorization to Proceed
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 12 of 16
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
B Reuse of Project Documents
All designs drawings, specifications documents, and other work products of
the ENGINEER, whether in hard copy or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs, drawings, specifications and documents.
C. Force Majeure
The ENGINEER is not responsible for damages or delay in performance
caused by acts of God, stnkes, lockouts, accidents, or other events beyond
the control of the ENGINEER that prevent ENGINEER's performance of its
obligations hereunder.
D Termination
(1) This AGREEMENT may be terminated only by the City for convenience on
30 days' written notice This AGREEMENT may be terminated by either the
CITY or the ENGINEER for cause if either party fails substantially to perform
through no fault of the other and does not commence correction of such
nonperformance with in 5 days of written notice and diligently complete the
correction thereafter.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a.) Cost of reproduction of partial or complete studies, plans,
specifications or other forms of ENGINEER'S work product;
b.) Out-of-pocket expenses for purchasing electronic data files and other
data storage supplies or services;
c.) The time requirements for the ENGINEER'S personnel to document
the work underway at the time of the CITY'S termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will
submit to the CITY an itemized statement of all termination expenses. The
CITY'S approval will be obtained in writing prior to proceeding with
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 13 of 16
termination services.
S uspension, Delay, or Interruption to Work
The CITY may suspend delay, or interrupt the services of the ENGINEER
for the convenience of the CITY. In the event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
commitment and cost of the ENGINEER's personnel and subcontractors,
and ENGINEER's compensation will be made.
F. Indemnification
In accordance with Texas Local Government Code Section 271.904, the
ENGINEER shall indemnify hold harmless and defend the CITY against
liability for any damage caused by or resulting from an act of negligence,
intentional tort, intellectual property infringement or failure to pay a
subcontractor or supplier committed by the ENGINEER or ENGINEER's
agent, consultant under contract, or another entity over which the
ENGINEER exercises control.
G Assignment
N either party shall assign all or any part of this AGREEMENT without the
prior written consent of the other party
H. •Interpretation
Limitations on liability and indemnities in this AGREEMENT are business
u nderstandings between the parties and shall apply to all the different
theories of recovery, including breach of contract or warranty, tort including
n egligence, strict or statutory liability, or any other cause of action, except for
willful misconduct or gross negligence for limitations of liability and sole
n egligence for indemnification. Parties mean the CITY and the ENGINEER,
and their officers, employees, agents, and subcontractors.
I. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT,
its interpretation and performance, and any other claims related to it. The
venue for any litigation related to this AGREEMENT shall be Tarrant County,
Texas.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 14 of 16
J. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any
reason to be invalid, illegal, or unenforceable in any respect, such invalidity,
illegality, or unenforceability will not affect any other provision, and this
AGREEMENT shall be construed as if such invalid, illegal, or unenforceable
provision had never been contained herein. Articles V.F., VI.B., VI D , VLF.,
VI.H., and VLF. shall survive termination of this AGREEMENT for any cause.
K. Observe and Comply
ENGINEER shall at all times observe and comply with all federal and State
laws and regulations and with all City ordinances and regulations which in
any way affect this AGREEMENT and the work hereunder, and shall
observe and comply with all orders, laws ordinances and regulations which
may exist or may be enacted later by governing bodies having jurisdiction or
authority for such enactment. No plea of misunderstanding or ignorance
thereof shall be considered ENGINEER agrees to defend, indemnify and
hold harmless CITY and all of its officers, agents and employees from and
against all claims or liability arising out of the violation of any such order, law,
ordinance, or regulation, whether it be by itself or its employees.
Article VII
Attachments, Schedules, and Signatures
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, supersedes all prior wntten 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 - Project Schedule
Attachment E - Location Map
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 15 of 16
Executed and effective this the Q day o
BY:
CITY OF FORT WORTH
Fernando Costa
Assistant City Manager
Date: 8hid x
APPROVAL RECOMMENDED:
By: .,
< S, Fr(M)V,
•
C nil b 9 e
d�-
\\"6�
APPROVED AS TO FORM AND
LEGALITY
By: ISZAL.
Douglas W. Black
Assistant City Attorney
ATTEST:
/2/1
Mary J. Rayser
f
City Secrets
j0tAti)- 20) t
BY:
ENGINEER
Tank Industry Consulltants
Gregory R. "Chip" Stein, P.E.
Managing Principal
Date: ` It
M&C No.: C
MC Date: 7/7J2_.
it,•4(44 F4044%.(gib
isy' �o°°°O4°°
� G
Our -1**
AI 40°
s%swQ4w1U
.04,
Peg
•(?„,t 0oo Gd°c �'
,,.. dodo° o4`
•Nlibalban."0•0"
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 04/06/2012
Page 16 of 16
r7t
Il \
TANK
INDUSTRY
CONSULTANTS
INC
7740 West New York Street
Indianapolis, Indiana 46214
317 / 271-3100 - Phone
317/271-3300-FAX
Bolingbrook, Illinois
630 / 226-0745
Pittsburgh, Pennsylvania
• 412 / 262-1586
Houston, Texas
281 / 367-511
May 17, 2012 Attachmen
Christopher Harder, F.E.
Engineering Manager / Water Production
Fort Worth Water Department
1000 Throckmorton Street
Fort Worth, Texas 76102
RE: Professional Services Associated with the Rehabilitation of
the 2,000,000 Gallon Armstrong Ranch Flevated Water Storage Tank
Fort Worth, Texas
Dear Mr. Harder:
Tank Industry Consultants (TIC) is pleased to have been selected to provide en-
gineering, design and professional services associated with the rehabilitation of
the Armstrong Ranch elevated tank. We understand from the information pro-
vided with the invitation to submit qualifications that the tank is a multicolumn
tank of Coro -spherical design. We propose the following scope of work includ-
ing the evaluation of the tank, the preparation of specifications for repairs and
repaunting, bidding assistance, and project representation during construction.
v
�}:Pe C; . Fzet rIC
There are currently three popular methods of evaluating tank interiors: a
drained "dry" evaluation, an underwater evaluation performed by divers, and a
robotic inspection.
The dry evaluation is unquestionably the most thorough evaluation and is often
the least costly. Once the tank is drained, TIC can clean the interior of the tank.
TIC personnel pump the remaining water out of the tank After they remove the
excess water, all remaining sediment is shoveled outside of the tank. A high-
pressure pump will be used to wash downs the tower portion of the tank shell and
bowl where the sediment has been After the tank washout and interior field
evaluation, TIC can disinfect the tank in accordance with AWWA Standard
C652-1.1 prior to the tank being returned to service. During the dry evaluation,
our specially trained technicians get to the necessary surfaces on the tank by rig-
ging and rappelling the interior as required by the condition of each tank.
As an alternative when tanks cannot be drained, TIC provides underwater
evaluations of tank interiors. Our diving evaluation includes a careful study of
the tank's interior wet surfaces by our team of Certified Cuts&: nes=c at Dh ors.
Because the diver is also a member of TIC's staff, the tank is evaluated by a
highly qualified technician who knows what to look for, not a diver that takes
random photographs When performing an underwater evaluation, the diver util-
izes,a full dry suit and full -face diving mask to prevent contamination of the po-
table water Prior to entei ing the tank, the diver and all equipment are thor-
oughly disinfected in accordance with AWWA C652-11.
The fluid type of evaluation TIC provides is an ROY inspection of the tank in-
terior. This type of evaluation utilizes a robotic device, guided and monitored
An Employee -Owned Company
Christopher Harrier, PE
Fort Worth Water Department
by one of TIC's specially trained field technicians, to video tape the tank interior.
Page 2
May 17, 2012
Regardless of the type of evaluation performed, our evaluations are specially designed to uncover problems,.
and to look for methods to reduce rehabilitation costs.
Field ii,valuation
TIC'S technicians will travel -to the tank site with their tools and equipment and will perform the field por-
tion of the evaluation on the scheduled date. The data and photos will be sent to our headquarters office in
Indianapolis for analysis and preparation of the report. During the field evaluation, TIC's technicians will
access the tank surfaces by rigging and rappelling down the interior and exterior to identify sanitary, safety,
or structural deficiencies. While rappelling; the technicians look for tank irregularities to be analyzed by our
engineering staff. Ultrasonic thickness measurements of the steel will be taken so that a structural engineer
can analyze any deviations from the original thickness. The exposed portions of the foundations will be
visually evaluated to locate cracks, spatting, or other types of deterioration.
Our evaluation is specially designed to uncover problems, and to look for methods to reduce rehabilitation
costs. At a minimum, the following items are addressed:
c
e
Measurements of the tank members and accessories are taken
Measurements of metal loss and blistered coating are taken
Coating samples are taken and tested to \ erify lead, chromium, and cadmium content
Coating adhesion measurements are taken
Coating thickness measurements are taken
Coating on tank appurtenances are evaluated
Ultrasonic steel thickness measurements are taken
Sanitary deficiencies are identified
Safety deficiencies are identified
Structural deficiencies due to deterioration are identified
hregularities or unusual circumstances are identified
Photographs are taken to document the condition of the tank
Coating Evaluation
Coating samples are taken during the field evaluations and sent to a certified laboratory for testing to deter-
mine their lead. chromium, and cadmium content. Coating thickness and adhesion tests performed during
the coating evaluation will help determine the "topcoat -ability" of the existing coating. If the existing coat-
ing type, thickness, condition, .and adhesion allow for topcoating, the cost of recoating the tank could be sig-
nificantly reduced. Based on the findings of the coating evaluation, the environmental concerns that need to
be addressed during the cleaning and painting of the tank will be detelnrined, and plans made for contain-
ment testing, and disposal requirements that will need to be included in the project specifications.
Christopher Harder, PE
Fort Worthy Water Department
Structural Review
Page 3
May 17, 2012
As part of our evaluation, TIC identifies any observed structural deficiencies or damage that may have oc-
curred since the tank was erected. These deficiencies include deviations of the existing tank conditions from
the tack's original construction. Any deficiencies found are analyzed for their affect on the structural integ-
rity of the tank
Evaluation Report
An engineering report concerning the condition of the tank, certified by a Texas Licensed Professional En-
gineer on our full-time staff, will be issued. Our report will serve as a decision -making document for the
Fort Worth Water Department.
Observations: I'he observation section provides dimensions of the tank and accessories as well as a narra-
tive describing the condition of the site and each part of the tank. Sanitary, safety, security, and structural
deficiencies are described as ss ell as the coating condition.
Recommendations: The recommendation section of the report includes those repairs and modifications
required to bring the tank into compliance with present TCEQ, AWWA, OSHA, and sanitary standards and
regulations. Coating recommendations are made, as well as the anticipated tuning of the necessary coating
repairs. When practical, alternative methods of repairs, modifications, and painting are provided, and ad-
vantages and disadvantages of each alternative are given. All opportunities for topcoating tank exteriors are
thoroughly explored.
Economic Facts r`s. The economic factors section of the report provides budget estimates for all of the
repairs, modifications, and painting options outlined in the recommendations section of the report. The re-
placement cost of the tank is also provided for cost comparison.
Photographs: Our report -will contain -color photographs of the tank. The photographs will be individually
mounted with captions adjacent to each photo to explain what is shown m the photo. The photographs serve
as additional documentation of the tanlc's -condition
Tank Data Sheet
We ask that the Fort Worth Water Department supply all available information on -the tank's history. For
your convenience, we have enclosed a tank data sheet for you to complete and submit prior to the evaluation.
We understand that available information may be limited, but anything you can provide will be helpful
The following terms apply to the tank evaluation:
1. (For drained evaluation) The Fort Worth Water Department removing all ground -level manhole cov-
ers before the evaluation and resecuring them after completion of the field work Frequently the
manhole gasket must be replaced to seal the manhole properly.
2. (For drained evaluation) The tank being drained and refilled by the Fort Worth Water Department.
The tank must be drained and prepared for the field evaluation on the agreed date and time.
3. The Fort Worth Water Department operating the water works system with the tank off-line without
any assistance from Tank Industry Consultants.
Christopher Harder, PE
Fort Worth Water Department
Page 4
May 17, 2012
4. The Fort Worth Water Department turning off, tagging, and locking out the power to any cathodic
protection system that may be installed on the tank, and returning the cathodic protection system
hack to its working order at the conclusion of the field work on the tank.
5. The Fort Worth Water Department providing a Iadder (or other means) to access the exterior tank
ladder if the bottom of the tank ladder is more than 12 feet above the ground.
{. Performing the work when the temperature is above 35° F, the wind velocity is 15 miles per hour or
less, and there is no precipitation
r. Pei forming the fieldwork prior to November 31, 2012. Tank Industry Consultants will contact the
Fort Worth Water Department to schedule the fieldwork when written authorization has been re-
ceived.
8. The Fort Worth Water Department furnishing a ground man during the fieldwork.
9. The Fort Worth Water Department supplying TIC with all required sleeves and attachments for any
existing safe -climbing devices on the tank ladders, if the devices are to be tested for proper opera-
tion.
10. Representatives of the Fort Worth Water Department may not accompany 11C's personnel during
the evaluation of the tank surfaces abol e ground level. TIC's rigging and safety equipment are in-
tended for and are to be used only by TIC personnel.
11. (For drained evaluation) The Fort Worth Water Department disinfecting the tank unless TIC is re-
taineu to perform the disinfection.
12._ The Fort Worth Water Department taking_ samples and performing all required testing prior to plac-
ing the tank in service.
13. (For drained evaluation) The Fort Worth Water Department supplying water with a standard garden
hose connection within 50 feet of the base of the tank, if TIC is retained to perform the washout.
14. (For drained evaluation) All sludge and debris removed from the tank during the washout being de-
posited at the base of the tank for removal and disposal by the Fort Worth Water .Department.
15. (For di ained evaluation) TIC will not be responsible for the quality of the washout if the Fort Worth
Water Department cannot completely valve off the -tank and keep water from entering the tank.
16. Using the Fort Worth Water Department Standard Agreement with the exceptions noted in Attach-
ment C thereof. Specifically included as part of this fee is the limitation of liability listed in At-
tachment C.
17. The Fort Worth Water Department will be invoiced when the engineering report is issued. Payment
is due within 30 days.
If any of these terms are not met by the Fort Worth Water Department, charges for any additional time,
mileage, per diem, interest (1-1/2% monthly), taxes, insurance or mobilizations incurred by TIC due to such
failure may be added to the fee.
TIC's tank rehabilitation specifications and contract documents are project specific and more extensive than
provided by most engineers due to our experience and intimate familiarity with the latest TCEQ, AWWA,
NNPA, API, NACE, and SSPC standards and how they must be supplemented Specifications will be pre-
pared in accordance with local, state, and federal laws, and all specific requirements provided by the Fort
Worth Water Department
Christopher Harder, PE
Fort Worth Water Department
Page 5
May 1i,2012-
Project Consultation: Throughout the project design and execution, TIC's project team will be in direct
communication with the tank owner's representatives to assure that the project specifications and contract
documents fulfill their needs and requirements.
Detailed Construction Cost Estimates: Tank Industry Consultants provides budget estimates for con-
struction so the final scope of work meets your maintenance and financial goals. After all reviews are com-
plete, TIC will revise all documents as required for final approvals and prepare a final detailed cost estimate
for -the project.
Reduce Construction Costs: TIC's specifications will be prepared for the Armstrong Ranch Elevated
Tank to address the work that needs to be performed rather than using a generic specification. This reduces
the change orders to only those items that have competitive unit prices already negotiated prior to starting
the project. Our specifications will address containment and proper removal and disposal/treatment of lead -
based coatings and other situations that may apply to the Armstrong Ranch Elevated Tank.
Repair_ and Rehabilitation Design: It is important to include specific tank upgrades in the tank repaint-
ing design TIC has found that a specification that is only end -result oriented is not adequate when working_
with tank repair and repainting contractors. I'IC's specific designs of the repairs provide a better fm*shed
product, kr 4ve c pOn?:<r-,. , '1
Removal of Lead -Based Coatings: The removal of existing lead -based (or other heavy-metal) coatings
can be a major concern in repainting projects. The method that best suits the specific requirements of the
Armstrong Ranch Elevated Tank will be specified. Whether the project requires vacuum blasting, full con-
tainment, or even the use of a robotic blasting machine, TIC will design the safe removal of lead -paint to
obtain the most competitive bids possible.
Once the existing coatings are removed, the spent abrasive anti coating debris must be tested to determine if
it must be disposed of as a hazardous material. Specific guidelines will be provided in the project specifica-
tions to require strict compliance with Local, state, and federal regulations for the proper handling and dis-
posal of this waste.
TIC assists tank owners in obtaining competitive and qualified bids. TIC will recommend a number of
qualified bidders to whom the Notice to Bidders should be sent Specializing in water storage tanks for
more than thirty-two years has allowed TIC to develop a list of tank repair and repainting contractors that
also specialize in water tanks, Because of these contractors' expertise, their bids are the most competitive in
the Indus
Bid assistance provided by TIC includes:
Attend Pre -Bid Conferences
Respond to questions
• Tabulate the bids
• Review the bids
• Check for signatures, bonds, and insurance
Investigate the low bidder .
Recominend award to the lowest and most gratified bidder
Christopher rder, PE Page 6
Fort Worth Water Department May 17, 2012
Contract Administration
Once the tank rehabilitation project begins, TIC will be available to consult with and advise the Fort Worth
Water Department concerning any portion of the tank rehabilitation and repainting project. Contract ad-
ministration services could include"
Consultation on adequacy and compliance with the project specifications
Specification interpretation
c. Attend the pre -construction and all subsequent meetings —supplying typed meeting notes
Review all contractors' submittals and shop drawings
Review construction schedule
Review and approval of materials
Prepare ana assist in the negotiations of change orders and supplemental agreements
Re\ iew and approval of payment requests
Dispute settlement
o Public relations
Project Represelaat on during Rehabilitation
With the increasing cost of tank rehabilitation, .and associated costs of things such as out -of -service time,
potential pollution, and disruption of the community, the cost of a premature coating failure is much higher
today than it was even a few years ago. Modern coatings have greatly extended life cycles but are much
more difficult for contractors to mix and apply properly. The additional cost of the inspection, in order to
make sure these modern coatings realize their expected service life will be paid back through the avoidance
of future expenditures and system disruptions.
The role of TIC's on -site project representatives is to provide both a visual and documentation inspection
trail that verifies that the client receives the level of quality and product service Iife that they are paying the
contractor to provide. The resident technician is on -site to:
point out and document deficiencies in the contractor's work so the contractor makes corrections
and improvements as the work progresses.
document the contractor's daily performance to support invoice approval or any action the owner
may wish to take against the contractor.
confirm that the contractor has taken the necessary steps to protect the owner from liability by test-
ing and properly disposing of spent blast abrasive.
confirm that the contractor is complying with job site posting requirements
quickly resolve any technical. questions or changes that may arise to minimize or eliminate delays
and/or contractor claims
document weather and other jobsite conditions to assess contractor claims for additional time or
money.
document any jobsite visits from state or federal agencies such as OSHA or the EPA.
facilitate cost-effective solutions to issues that can arise during the construction phase of the tank
rehabilitation project.
The obsen ation of the contractor's workmanship.is one of the most important parts of a tank rehabilitation
project. The best -written, most thorough specifications do not assure the project is completed correctly.
Christopher Harder, PE
Fort Worth Water Department
Page 7
May 17, 2012
TIC's.technicians are experienced in tank repair, painting, and erection They are not only familiar with
proper coating application techniques, but also with the underlying reasons for tank painting standards Our
entire staff of civil, structural, chemical, and mechanical engineers and experienced support personnel, in-
cluding our NACE Certified Field Services Manager and Field Supervisoi s, are available to provide support
on each project.
Cnviro <mental Impact: TIC is very concerned about the environmental impact of each tank rehabilita-
tion project we are involved m and is dedicated to complying with environmental rew dations. If required,
we will have TCLP tests performed by the contractor on the blasting debris to determine if it is hazardous
and requires special handling and disposal. Soil samples will be taken from carefully plotted Iocations on
and around the tank site prior to the start of the cleaning and painting project to provide background samples
that can be tested and compared with samples taken from the same locations at the conclusion of the project.
This before and after sampling and testing helps gauge the impact the project had on the environment and
neighboring property, and helps protect the Fort Worth Water Department from claims for pollution which
existed before the project started.
Resident Painting Observation: During Resident Project Representation, TIC's field technician is on -
site, monitoring the contractor whenever woi k is being performed. This type of coating observation pro-
vides the most thorough and conclusive project representation.
Coatings are very sensitive to atmospheric conditions. Humidity, dew point, air, and steel temperatures must
all be within acceptable ranges during application and curing for coating systems to achieve maximum life.
Without a resident technician on the site to monitor these conditions, the tank owner is putting their faith in
the contractor that work will be suspended when the atmospheric conditions warrant. Evidence of the appli-
.,ation of the coating under adverse atmospheric conditions may be a premature failure two or three years
later
mg: TIC's project representative furnishes the tank owner and the contractor a written report for
each day's observation. The reports will address, at a minitnum, the following items, as required:
J
Temperature of steel
Weather conditions: temperature, wind velocity and direction, relative humidity, dew point
Coating and abrasive productin accordance INith project specifications
Mining and thinning of coatings
Cleanliness of blast nozzle
Paint batch numbers used on the day of the observation
Location of work performed
Quality of work being performed
Compliance wnth the project aocuments
Wet and dry film thickness readings
Calibration -record of dry mil thickness gauge
Measure of the paint cure
Number of crew members on the job
Equipment on the job
Recommendations made
. Estimated completion date
Photographs of significant details
Other pertinent data as required or requested
Christopher Harder, PE
Pbn Worth Water Department
Page 8
May 17, 2012
Holiday Testing* Once the interior coating application is completed, Tank Industry Consultants will ob-
serve the contractor's holiday testing of the interior surfaces.
Final ObservatiouAVaIk Through: TIC recommends that a final evaluation be performed when each
tank project is completed. At the final evaluation, TIC's field technician or field supervisor will accompany
the corm actor for a final review of the project. A punch List of items that need to be remedied or completed
will be prepared and provided to the Fort Worth Water Department and the contractor: If required, TIC will
observe the completion of the punch list.
First Anniversary Evaluation
Present AWWA Standards recommend. that all water tank construction and painting projects have a bonded
warranty following the project completion date. Approx=mately eleven months after the completion of the
tank rehabilitation project, TIC will perform a First Anniversary Evaluation of the contractors workman-
ship. This evaluation focuses on the contractors compliance with the project specifications and drawings,
and the coating condition. This evaluation will take one day on site A report on the condition of the tank
and the contractor's workmanship will be issued. The report will contain photographs taken during the field
evaluation.
mrrt
TIC anticipates subcontracting the following services to mho rity-owled businesses in. order to meet the
Crty's M/WBE contracting goal of 14%:
e Laboratory analysis of paint samples to determine their content of regulated heavy metals
• Laboratory analysis of soil samples to determine their content of contaminants
• Laboratory analysis of abrasive blasting debris to determine if the debris must be disposed of as ha--
ardous waste
O Printing of contract documents
® Distribution of contract documents to prospective bidders
• Project Controls
® Construction document control using Buzzsaw
O Preparation -of record drawings
TIC's time and expenses for this project will be invoiced in accordance with Attachment B of the Agreement
using the rates in affect at the time the work is performed Our current rates are attached We anticipate rate
increases of approximately 3% to 5% from 2012 to 2013 Mileage will be invoiced from TIC's closest of-
fice to the site. For this project that office is in The Woodlands, Texas on the north side of Houston
Chrr°istopiser Harder, PE
Fort Worth Water Depart`
Page 9
May 17, 2012
We estimate billings on a time and expense basis in accordance with Attachment B to the Agreement will be
as follows:
Evaluation
Preparation of Detailed Technical Specifications
Bidding Assistance
Contract Administration
Project Representation
First Anniversary Evaluation
Total
$ 8,000
$ 12,000
$ 5,0001
S 5,000
65,0002
$ 5.000
$ 100,000
' Add approximately $1,500 if attendance at the Bid Opening is included.
2 The contractor's construction methodology and work force allotment will greatly impact the inspection
hours and costs for Project Representation A minimal amount of time may be charged for the field techni-
cian's preparation of documentation in addition to on -site time.
Alternative Bile
g
TIC would be pleased to offer an alternative to the time and expense billing described in Attachment B to
the Agreement for your consideration prior to the start of IN ork. That alternative would include fixed fees
for the Tank Evaluation, for Preparation.of Specifications and Contract Documents, for Bidding Sen ices,
and for the First Anniversary Evaluation, along with Time and Expense bitting for Contract Administration
and Project Representation services using Loaded fixed hourly rates. We would be pleased to provide an
alteinate proposal for your consideration.
We look forward to working.with you on this project. If you have any questions or need additional informa-
tion, please contact me
Sincerely,
Tanklndustry ConsuIIts
Ray Penny
Manager, Southwest Region
enclosure
cc Gregory R. "Chip" Stein, P.E — TIC, Indianapolis
Julie White — TIC, Indianapolis
Lourdes Borrego-O'Brien — TIC, El Paso
ATTACHMENT B
COMPENSATION
Design Services for
Armstrong Ranch Elevated Tank Rehabilitation Project
City Project No. 01951
Time and Materials with Multiplier Project
1. Compensation
A. The ENGINEER shall be compensated for personnel time, non -labor expenses,
and subcontract expenses in performing services enumerated in Attachment A
as follows:
i. Personnel Time. Personnel time shall be compensated based upon hours
worked directly in performing the PROJECT multiplied by Direct Salaries
multiplied by a factor of 2.31 (2 21 cost reoverry plus profit multiplier of 10%)
Direct Salaries are the amount of wages or salaries paid to ENGINEER's.
employees for work directly performed on the PROJECT, exclusive of all payroll -
related taxes, payments, premiums, and benefits.
ii. Non -Labor Expenses. Non -labor expenses shall be reimbursed as Direct
Expenses at invoice or internal office cost
Direct Expenses (non -labor) include, but are not limited to, mileage, travel and
lodging expenses mail, supplies, printing and reproduction services, other direct
expenses associated with delivery of the work; plus applicable sales, use, value
added, business transfer gross receipts, or other similar taxes.
iii. Subcontract Expenses. Subcontract expenses and outside services shall
be reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
iv. Budgets ENGINEER will make reasonable efforts to complete the work
within the budget and will keep the City informed of progress toward that end so
that the budget or work effort can be adjusted if found necessary. -
ENGINEER is not obligated to incur costs beyond the indicated budgets, as may
be adjusted, nor is the City obligated to pay ENGINEER beyond these limits..
If ENGINEER projects, in the course of providing the necessary services, that the
PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether
by change in scope of the project, increased costs or other conditions, the
ENGINEER shall immediately report such fact to the City and, if so instructed by
the City, shall suspend all work hereunder.
When any budget has been increased, ENGINEER's excess costs expended prior
to such increase will be allowable to the same extent as if such costs had been
incurred after the approved increase.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19.2010
Page 1 of 4
B-1
ATTACHMENT B
COMPENSATION
B. The ENGINEER shall be paid monthly payments as described in Section II Method of Payment.
II. Method of Payment
A. The ENGINEER shall be paid by the City based upon an invoice created on the
basis of statements prepared from the books and records of account of the
ENGINEER, based on the actual hours and costs expended by the ENGINEER
in performing the work.
Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER
C. ENGINEER shall prepare and submit invoices in the format and including content
as presented in Exhibit B-1.
D. Payment of invoices will be subject to certification by the City that such work has
been performed.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
[Water Department, monthly progress reports and schedules in the format
required by the City.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19.2010
Page 2 of 4 -
ATTACHMENT B
COMPENSATION
IV.
Summary of Estimated Total Project Fees
Firm
P rime Consultant
Tank Industry
Consultants
P roposed M/WBE
CP&Y
Reprographic
Consultants, Inc
TTI Environmental
Laboratories
P rimary Responsibility
Engineering Services
Sub -Consultants
Non-M/WBE Consultants
P roject controls Distribution of
plans and specifications,
Construction document
controls using Buzzsaw, and
preparation of record drawings
P rinting of construction plans
and specifications
Laboratory testing of coating
samples, soil samples, and
spent abrasive blasting debris
Project Number & Name
Armstrong Ranch Elevated Tank
Rehabilitation Project
TOTAL
Total Fee
$99.800
Fee Amount
$83,000
$16,000
$300
$500
$99, 800
%
100%
M/WBE Fee M/WBE %
$16,800 16.8%
City M/WBE Goal = 14% Consultant Committed Goal = 16 %
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19.2010
Page 3 of 4
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Armstrong Ranch Elevated Tank Rehabilitation Project
City Project No. 01951
Article IV, D. Preparation of Engineering Drawings
TIC uses CAD programs to prepare drawings for tank rehabilitation projects and most are
8.5 X 11 inches for inclusion in the contract documents TIC does not produce drawings
with pen and ink or on Mylar. TIC holds that the documents it will prepare for this
project are "instruments of service" and that ownership of those documents remains with
TIC. We agree that the CITY may make and keep copies, however we do not agree that
` the CITY may use such drawings in any manner it desires" To help reduce
unauthorized use and dissemination of our work, our policy has been to provide prints of
all documents rather than electronic pdf files.
Please replace "the original drawings of all plans in ink on reproducible mylar sheets and
in electronic pdf format" in the first and second lines with "prints of all drawings
prepared for the PROJECT". Please also add "and the CITY shall indemnify and hold
hainiless the ENGINEER from all claims, damages, losses, expenses, and costs,
including attorneys fees arising out of or resulting from the CITY s reuse of said
drawings without the ENGINEER's specific consent" after "described herein" in the last
line.
Article IV, K, Insurance, (1), a Commercial General Liability
Please change `Commercial" to "Comprehensive" wherever it appears.
Article IV, K, Insurance, (1), b Business Auto
Please change `commercial" to "comprehensive" in the second line
Article IV, K Insurance, (1), D. Professional Liability
Please change "5 years" to "3 years" in the fifth line.
Article VI, B. Reuse of Protect Documents
Please add "and the CITY shall indemnify and hold hail iless the ENGINEER from all
claims, damages, losses, expenses, and costs, including attorneys' fees arising out of or
resulting from the reuse of said documents without the ENGINEER's specific consent"
after "sole risk" in the sixth line
Article VI, F Indemnification
TIC's insurance program provides coverage under Comprehensive General Liability for
defense obligations of indemnities, but may not provide defense coverage in regards to
Professional Liability. Please insert "and" after `indemnify" and delete "and defend' in
the second line
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 2
Please also add "ENGINEER's liability will be limited that portion of negligence of the
ENGINEER compared to the total negligence of all persons firms, or corporations which
results in said damages to the CITY. The ENGINEER shall not be liable for any
consequential damages. The ENGINEER's fees and the ENGINEER s proposal to the
CITY are based upon the total liability to the ENGINEER not exceeding $50,000 or the
contract amount, whichever is greater" at the end of the last line.
Article VI, K. Observe and Comply
Please delete "defend, " in the seventh line and add " however ENGINEER's liability
will be limited that portion of negligence of the ENGINEER compared to the total
negligence of all persons, firms, or corporations which results in said damages to the
CITY, its officers, agents, and employees. The ENGINEER's fees and the ENGINEER's
proposal to the CITY are based upon the total liability to the ENGINEER not exceeding
$50,000 or the contract amount, whichever is greater."
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 2 of 2
Attachment D
TIC DRAFT Schedule REV 04Jun12
Armstrong Ranch Elevated Water Storage Tank Rehabilitation Project
Fort Worth Water Department
Task / Event
TIC-FWWD Contract
Signing
Field Evaluation of Tank
Prep/Submit Evaluation
Report
ATTACHMENT "D" - SCHEDULE
Duration
(wks) Start
1 day
4
FWWD Review Report
Prep/Submit draft DTS 4
FWWD Review DTS
Prep/Submit Final DTS 2
FWWD Adertise Bid 3
TIC Review Bids &
Recommend Award 1
Notice of Award 1
Contractor ins, bonds &
contract 3
Pre -Construction Conf &
Notice To Proceed 1 Day
Tank Rehabilitation 16
Completion
End Comments Probable Schedule
TIC can normally schedule dates
for field evaluations within 2-3
weeks of contract.
If needed, TIC can expedite to 3
weeks
Owner dependent - normally 2
weeks
Owner dependent - normally 2
weeks
Shorter if owner comments are
minor
Owner dependent
Owner dependent
Normally takes at least a couple
of weeks
Normally 14 to 18 weeks for
large, legged EST
Mid July 2012
Early August 2012
Early Sept 2012
Mid Sept 2012
Mid Oct 2012
Late Oct 2012
Mid Nov 2012
Mid Nov 2012
Mid Dec 2012
Mid Dec 2012
Early Jan 2013
Early Jan 2013
April or May 2013
FpRTVVORTH Attachment "E" Armstrong Ranch Tank Rehab Project
WATER
ALTAMESA 6' 6" D.i. -
cs n;
SIERRA RIDGE _
tj 8" P.V.0
S_ HASTA RIDGE >
- a:
- fie" P.v.c.APPALAGHIAN
\ct
8" P.V.C. (!)
r! z_
III 0-
U -a
o co
F z
to z I
0 -0 18
2 2
i
oncrete=
ai
SALDANA-
D,ECINNAMON HILL
0
6'6" DI:.
\r - Armstrong Ranch
*, oho„
\`@) Elevated Tank
Rehabilitation Project FULLER s_ �.1.
Concrete
8fi
P.V.C. #-G 8
$UTTONWI
-- Z
uj
CL
Q
ci _' m
O
U'
: Q
ot
ml a '•vc. Iv1EADO-- 0
VALLEY YIU AGE°
ROLLING MEADOWS
.ve
8" PV.C.- - -
MEADOW VALLEY __}__._,_ ,,
8" P,V.C.8" -
z
INDIAN VALLEY 8^.
Oi- SYCAMORESCHOOLter
6
ALICIA `b
6" D.I.
18"- 8.. PV.C.'
•
116" 16" -in: fl-
1
C
�m. Z
FOXFIRE 61, o.}c
6"
"Pb
INSR TYPE OF INSURANCE
A
AC`®RO
CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY)
07/23/2012
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
McGowan Insurance Group, Inc.
10 West Market Street
Suite 1850
Indianapolis
INSURED
IN 46204-2972
Tank Industry Consultants, Inc.
7740 W. New York St
Indianapolis IN 46214
CONTACT NAME: Sheila Frederick
PHONE (317)464-5000
(A/C, No. Ertl:
ADDRESS: sheilaf@mcgowaninc . com
PRODUCER 00005470
CUSTOMER ID #:
INSURER(S) AFFORDING COVERAGE
rNsuRERA Westchester Surplus Lines Ins
INSURER 8 :Hartford Undewriters Insurance
INSURER C :Rockhil l Insurance Company
INSURER D :Insurance Company of PA
INSURER E
INSURER F:
IFAX EA/C. Not: (317)464-5001
NAIL #
10172
30104
128053
9429
COVERAGES - CERTIFICATE NUMBER:10/11 MASTER REVISION NUMBER:10/15/2010
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
'NODE SUtlK I, PULIUY tFt PULIGY ExP
INSR WVD POLICY NUMBER (MM/DD/YYYY) LLMM/DD/YYYY) LIMITS
GENERAL UABILITY X X
X COMMERCIAL GENERAL LIABILITY
X
X
CLAIMS -MADE
Professional
Pollution
x
OCCUR
GEM_ AGGREGATE LIMIT APPLIES PER:
POLICY IXIJECCT rHLOC
AUTOMOBILE LIABILITY
X ANY AUTO
E ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
UMBRELLA LIAR
X EXCESS LIAR
DEDUCTIBLE
C RtItNTION $
D
OCCUR
CLAIMS -MADE
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
YIN
N/A
X
G23803732002
XCU NOT EXCLUDED
G23803732002
36UECV08466
XSL01005206
EXCESS AUTO AND EMPLOYERS
LIABILITY ONLY
FOLLOWING FORM
IVC000890770
i
10/01/2011 10/01/2012
10/01/2011 10/01/2012
10/1/2011 10/1/2012
10/01/2011 10/01/2012
EACH OCCURRENCE
DAMAGE TO RENTED
PREMISES (Ea occurrence)
MED EXP (Any one person)
PERSONAL & ADV INJURY
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG 1 $
Professional $
COMBINED SINGLE LIMIT $
(Ea accident)
BODILY INJURY (Per person) $
BODILY INJURY (Per accident) $
PROPERTY DAMAGE
(Per axident)
Medical payments
Underinsured motorist
EACH OCCURRENCE
AGGREGATE
Y 1 TORY LIAMITS I I OER
E.L. EACH ACCIDENT $
10/1/2011 10/1/2012 E.L. DISEASE - EAEMPLOYEd $
E.L. DISEASE - POLICY LIMIT $
3,000,000
50,000
5,000
3,000,000
3,000,000
3,000,000
3,000,000
1,000,000
5,000
1,000,000
3,000,000
3,000,000
1,000,000
1,000,000
1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
Blanket Additional Insured and Blanket Waiver of Subrogation as required by Contract applies to General Liability,
Automobile, and Contractor's Pollution Liability. Coverage is Primary and non -Contributory. Blanket Waiver of
Subrogation applies to Workers Compensation.
CERTIFICATE HOLDER
Fort Worth Water Department
1511 llth Avenue
Fort Worth, Texas 76102
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED OLICIES BE CANCELLED BEFORE
THE EXPIRATION D THEREOF, 0 E WI BE DELIVERED IN
ACCORDANCE WITH E 'OLIC "RO ISION
AUTHORIZED REPRESEN
John Sullivan
ACORD 25 (2009/09)
1NS025 (209909)
The ACORD name and logo are registered mark
19ORD CORPORATION. All rights reserved.
ACORD
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer nghts to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s) authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08)
M&C Review Page 1 of 1
SUBJECT:
CITY Cour c
AGENDA
COUNCIL ACTION: Approved on 7/17/2012
DATE: 7/17/2012NOFERENCEC-25735 NAME: LOG
60ARMSTRONGRANCHESTINDUSTRYCONSULTANTS
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
Authorize Execution of an Engineering Agreement with Tank Industry Consultants, Inc., in the Amount
of $99,800.00 for the Armstrong Ranch Elevated Storage Tank Rehabilitation Project Located at 7200
Trail Lake Drive (COUNCIL DISTRICT 3)
RECOMMENDATION:
It is recommended that the City Council authorize the execution of an engineering Agreement with
Tank Industry Consultants, Inc., in the amount of $99,800 00 for the Armstrong Ranch Elevated
Storage Tank Rehabilitation Project located at 7200 Trail Lake Drive.
DISCUSSION:
The Armstrong Ranch 2 million gallon elevated storage tank was constructed in 1961 and last
rehabilitated in 1995. This elevated tank provides potable water storage and fire protection for areas
in south Fort Worth. The existing coating system is in need of replacement as required to protect the
structural steel from corrosion.
On January 12, 2012, a Request for Proposals was issued for several Water Department projects
including potable storage tank rehabilitation projects On February 10 2012, a total of five proposals
were received from engineering consultants for the tank rehabilitation projects. A Staff consultant
selection committee recommended Tank Industry Consultants Inc , for the Armstrong Ranch
elevated storage tank rehabilitation project.
As part of the work, Tank Industry Consultants, Inc., will test the existing coatings for heavy metals
and perform a structural inspection of the tank. A preliminary design report recommending existing
coating removal and disposal methods structural repairs and proposed coating system will be
prepared. Upon approval of this design report, the engineer will prepare plans, specifications and cost
estimates, provide bidding assistance and perform the construction management and on -site
inspection for the rehabilitation project.
Tank Industry Consultants, Inc. is in compliance with the City's M/WBE ordinance by committing to
17 percent M/WBE participation. The City s goal on this project is 14 percent.
The project is located in COUNCIL DISTRICT 3.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated, of the Water Capital Projects Fund.
TO Fund/Account/Centers FROM Fund/Account/Centers
P253 531200 603180195180 $99.800.00
Submitted for Citv Manager's Office bv:
Oriainatina Department Head:
Additional Information Contact:
Fernando Costa (6122)
S. Frank Crumb (8207)
Chris Harder (8293)
ATTACHMENTS
60ArmstroncRanchESTIndustrvCansultants MaD.Ddf
http://apps.cfwnet org/council_packet/mc_review.asp?ID= 1 7050&councildate=7/1 7/2012 7/20/2012