HomeMy WebLinkAboutContract 59887CSC No. 59887
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL
SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality
("CITY"), and Neel -Schaffer, Inc., authorized to do business in Texas, ("ENGINEER"), for a
PROJECT generally described as: Northside IV Elevated Storage Tank — Project No.
104291.
Article I
Scope of Services
The Scope of Services is set forth in Attachment A. Negotiated changes to this
Agreement, if any, are included in Attachment C.
Article II
Compensation
The ENGINEER's compensation shall be in the amount up to $500,701.00 as set
forth in Attachment B. Payment shall be considered full compensation for all labor
(including all benefits, overhead and markups), materials, supplies, and equipment
necessary to complete the Services.
Engineer shall provide monthly invoices to City. 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.
Payments for services rendered shall be made in accordance with the Texas
Prompt Payment Act (Texas Government Code Ch. 2251).
Acceptance by Engineer of said payment shall release City from all claims or
liabilities under this Agreement for anything related to, performed, or furnished in
connection with the Services for which payment is made, including any act or omission of
City in connection with such Services.
Article III
Term
Time is of the essence. Unless otherwise terminated pursuant to Article VI. D.
herein, this Agreement shall be for a term beginning upon the effective date, as described
below, and shall continue until the expiration of the funds or completion of the subject
matter contemplated herein pursuant to the schedule, whichever occurs first. Unless
specifically otherwise amended, the original term shall not exceed five years from the
original effective date.
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021 OFFICIAL RECORD
Page 1 of 15
CITY SECRETARY
FT. WORTH, TX
Article IV
Obligations of the Engineer
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 ENGINEER shall perform its services:
(1) with the professional skill and care ordinarily provided by competent
engineers practicing under the same or similar circumstances and
professional license; and
(2) as expeditiously as is prudent considering the ordinary professional
skill and care of a competent engineer.
C. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise the
CITY concerning the results of same. Such surveys, tests, and
investigations shall be furnished by the CITY, unless otherwise
specified in Attachment A.
(2) In soils, foundation, groundwater, and other subsurface investigations,
the actual characteristics may vary significantly between successive
test points and sample intervals and at locations other than where
observations, exploration, and investigations have been made.
Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that could
affect the total PROJECT cost and/or execution. These conditions and
cost/execution effects are not the responsibility of the ENGINEER.
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 2 of 15
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 this
AGREEMENT between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on -site inspections to discover
latent defects in the work or otherwise check the quality or quantity of the work
on the PROJECT. If the ENGINEER makes on -site observation(s) of a
deviation from the contract documents, the ENGINEER shall inform the CITY.
(3) When professional certification of performance or characteristics of materials,
systems or equipment is reasonably required to perform the services set forth
in the Scope of Services, the ENGINEER shall be entitled to rely upon such
certification to establish materials, systems or equipment and performance
criteria to be required in the contract documents.
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 3 of 15
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 no other matters
at issue between the CITY and the construction contractor that affect the
amount that should be paid.
H. Record Drawings
Record drawings, if required, will be prepared, in part, on the basis of
information compiled and furnished by others, and may not always represent
the exact location, type of various components, or exact manner in which the
PROJECT was finally constructed. The ENGINEER is not responsible for any
errors or omissions in the information from others that is incorporated into the
record drawings.
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 4 of 15
I. Business Equity Participation
City has goals for the full and equitable participation of minority business
and/or women business enterprises in City contracts greater than
$100,000. In accordance with the City's Business Equity Ordinance No.
25165-10-2021 (replacing Ordinance No. 24534-11-2020, as codified in
Chapter 20, Article X of the City's Code of Ordinances, as amended, and any
relevant policy or guidance documents), the City has goals for the full and
equitable participation of minority business and/or women business
enterprises in City contracts greater than $100,000. Engineer acknowledges
the MBE and WBE goals established for this contract and its execution of this
Agreement is Engineer's written commitment to meet the prescribed MBE and
WBE participation goals. 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 together with
subsection (3) hereof. CITY shall give subconsultant reasonable advance
notice of intended audits.
(3) ENGINEER and subconsultant agree to reproduce such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for the
cost of hard copies at the rate published in the Texas Administrative Code in
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 5 of 15
effect as of the time copying is performed.
K. INSURANCE
Engineer shall not commence work under this Agreement until it has
obtained all insurance required under Attachment F and City has approved
such insurance.
L. Independent Consultant
The ENGINEER agrees to perform all services as an independent consultant
and not as a subcontractor, agent, or employee of the CITY. The doctrine
of respondent superior shall not apply.
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 Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 6 of 15
P. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment D to this AGREEMENT.
Article V
Obligations of the City
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
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.
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 7 of 15
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior
role in the generation, treatment, storage, or disposition of such
materials. In consideration of the associated risks that may give rise to
claims by third parties or employees of City, City hereby releases
ENGINEER from any damage or liability related to the presence of such
materials.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos is
a result of ENGINEER's negligence or if ENGINEER brings such
hazardous substance, contaminant or asbestos onto the project.
G. Contractor Indemnification
The CITY agrees to include in all construction contracts the provisions of
Article IV.E. regarding the ENGINEER's Personnel at the construction site,
and provisions providing for contractor indemnification of the CITY and the
ENGINEER for contractor's negligence.
H. Contractor Claims and Third -Party Beneficiaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out of,
in connection with, or resulting from the engineering services
performed. Only the CITY will be the beneficiary of any
undertaking by the ENGINEER."
(2) This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third -party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity or
person regarding the PROJECT a provision that such entity or person shall
have no third -party beneficiary rights under this Agreement.
(4) Nothing contained in this Section H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 8 of 15
I. 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.
J. 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
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
B. Reuse of Project Documents
All designs, drawings, specifications, documents, and other work products of
the ENGINEER, whether in hard copy or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs, drawings, specifications and documents.
C. Force Majeure
CITY and ENGINEER shall exercise their best efforts to meet their
respective duties and obligations as set forth in this Agreement, but shall
not be held liable for any delay or omission in performance due to force
majeure or other causes beyond their reasonable control, including, but not
limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters,
epidemics/pandemics, wars, riots, material or labor restrictions by any
governmental authority and/or any other similar causes.
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 9 of 15
D. Termination
(1) This AGREEMENT may be terminated
a.) by the City for its convenience upon 30 days' written notice to
ENGINEER.
b.) by either the CITY or the ENGINEER for cause if either party fails
substantially to perform through no fault of the other and the
nonperforming party does not commence correction of such
nonperformance within 5 days' written notice or thereafter fails to
diligently complete the correction.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a.) Reasonable cost of reproduction or electronic storage of partial or
complete studies, plans, specifications or other forms of ENGINEER'S
work product;
b.) The reasonable 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 projected termination
expenses. The CITY'S approval shall be obtained in writing prior to
proceeding with termination services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER for
the convenience of the CITY. In the event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
commitment and cost of the ENGINEER's personnel and subcontractors, and
ENGINEER's compensation will be made.
F. Indemnification
The ENGINEER shall indemnify or hold harmless the CITY against
liability for any damage committed by the ENGINEER or ENGINEER's
agent, consultant under contract, or another entity over which the
ENGINEER exercises control to the extent that the damage is caused by
or resulting from an act of negligence, intentional tort, intellectual
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 10 of 15
property infringement, or failure to pay a subcontractor or supplier. CITY
is entitled to recover its reasonable attorney's fees in proportion to the
ENGINEER's liability.
G. Assignment
ENGINEER shall not assign all or any part of this AGREEMENT without the
prior written consent of CITY.
H. 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.
Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any reason
to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality,
or unenforceability will not affect any other provision, and this AGREEMENT
shall be construed as if such invalid, illegal, or unenforceable provision had
never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I.
shall survive termination of this AGREEMENT for any cause.
J. 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.
K. Contract Construction/No Waiver
The parties acknowledge that each Party and, if it so chooses, its counsel,
have reviewed and revised Agreement and that the normal rule of contract
construction, to the effect that any ambiguities are to be resolved against
the drafting party, must not be employed in the interpretation of Agreement
or any amendments or exhibits hereto.
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 11 of 15
The failure of CITY or ENGINEER to insist upon the performance of any
term or provision of this Agreement or to exercise any right granted herein
shall not constitute a waiver of CITY's or ENGINEER's respective right to
insist upon appropriate performance or to assert any such right on any
future occasion.
L. Immigration Nationality Act
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (1-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all 1-9 forms and supporting
eligibility documentation for each employee who performs work under this
Agreement. ENGINEER shall adhere to all Federal and State laws as well
as establish appropriate procedures and controls so that no services will be
performed by any ENGINEER employee who is not legally eligible to
perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD
CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES
DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER,
ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. CITY, upon written notice to ENGINEER, shall have the right
to immediately terminate this Agreement for violations of this provision by
ENGINEER.
M. Prohibition On Contracts With Companies Boycotting Israel
ENGINEER unless a sole proprietor, acknowledges that in accordance with
Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or
more full time -employees and the contract value is $100,000 or more, the
City is prohibited from entering into a contract with a company for goods or
services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel
during the term of the contract. The terms "boycott Israel" and "company"
shall have the meanings ascribed to those terms in Section 808.001 of the
Texas Government Code. By signing this contract, ENGINEER certifies
that ENGINEER'S signature provides written verification to the City
that if Chapter 2271, Texas Government Code applies, ENGINEER: (1)
does not boycott Israel; and (2) will not boycott Israel during the term
of the contract.
N. Prohibition on Boycotting Energy Companies
ENGINEER acknowledges that in accordance with Chapter 2274 of the
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 12 of 15
Texas Government Code -(as added by Acts 2021, 87th Leg., R.S., S.B. 13,
§ 2), the CITY is prohibited from entering into a contract for goods or
services that has a value of $100,000 or more, which will be paid wholly or
partly from public funds of the City, with a company (with 10 or more full-
time employees) unless the contract contains a written verification from the
company that it: (1) does not boycott energy companies; and (2) will not
boycott energy companies during the term of the contract. The terms
"boycott energy company" and "company" have the meaning ascribed to
those terms by Chapter 2274 of the Texas Government Code (as added by
Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274
of the Government Code is applicable to this Agreement, by signing
this Agreement, ENGINEER certifies that ENGINEER's signature
provides written verification to the CITY that ENGINEER: (1) does not
boycott energy companies; and (2) will not boycott energy companies
during the term of this Agreement.
O. Prohibition on Discrimination Against Firearm and Ammunition
Industries
ENGINEER acknowledges that except as otherwise provided by Chapter
2274 of the Texas Government Code (as added by Acts 2021, 87th Leg.,
R.S., S.B. 19, § 1), the CITY is prohibited from entering into a contract for
goods or services that has a value of $100,000 or more which will be paid
wholly or partly from public funds of the City, with a company (with 10 or
more full-time employees) unless the contract contains a written verification
from the company that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate during the term of the contract
against a firearm entity or firearm trade association. The terms
"discriminate," "firearm entity" and "firearm trade association" have the
meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent
that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, ENGINEER certifies that
ENGINEER's signature provides written verification to the CITY that
ENGINEER: (1) does not have a practice, policy, guidance, or directive
that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, which supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. This AGREEMENT may be
executed in one or more counterparts and each counterpart shall, for all purposes, be
deemed an original, but all such counterparts shall together constitute but one and the
same instrument.
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 13 of 15
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
Attachment F — Insurance Requirements
City of Fort Worth, Texas Northside IV Elevated Storage Tank
Standard Agreement for Engineering Related Design Services 104291
Revised Date: November 23, 2021
Page 14 of 15
Duly executed by each party's designated representative to be effective on the date
subscribed by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
Z�6T,�ut l 6GL!''AIZUayl�c
Dana Burghdoff (Aue3, 2023 ft:24 CDT)
Dana Burghdoff
Assistant City Manager
Aug 3 2023 g9n4u
Date: F FORTS°a
po�0o epQO��dd
�o
dVo 0=4
ATTEST:
oanIl nezAs44d
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
By: Christopher H rd�(A.2, 2023 07:01 CDT)
Chris Harder, P. E.
Director, Water Department
APPROVED AS TO FORM AND LEGALITY
A 1
By: DBlack (Aug 3, 2023 10:06 CDT)
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager;
BY:
ENGINEER
Neel -Schaffer, Inc.
James P. Amick, P.E.
Engineering Manager
Date: 7 `-3 t -23
Form 1295 No, 2023-1026822
M&C No.: 23-0534
M&C Date: 06/27/2023
By signing, I acknowledge that I am the person responsible for the monitoring and
administration of this contract, including ensuring all performance and reporting
requir ent�
ytcott Taylor, P.E.
Project Manager
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: November 23. 2021
Page 15 of 15
Northslde IV Elevated Storage Tank
104291
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK
CITY PROJECT NO.: <104291>
ATTACHMENT A
Scope for Enaineerina Desian Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK
CITY PROJECT NO.: 104291
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be performed and address the needs of the Project.
The proposed 1 MG elevated tank, with an option for a 1.5 MG tank, will be located on an
approximate one -acre site in the southwest corner of the current or former BDAYT Limited
Partnership property on the north side of future Eagle Parkway in Wise County, Texas. Said
BDAYT Limited Partnership property being a part of the tract described in the Official
Records of Wise County Texas in Document No. 201811091. The tank will be a composite
style construction, which includes a concrete pedestal and a steel storage tank bowl. The
tank overflow elevation will be provided by the City. The elevated storage tank scope will
include civil site improvements, grading, drainage, paving, parking, lighting, fencing and a
manual vehicle gate. All drainage will be surface flow (no underground piping). Two or three
parking spaces will be provided, and a sidewalk will surround the tank. Fencing will be chain
link with barbed wire. Screening walls and landscaping are not included. The piping and
valving improvements will include a control valve such as a Cla-Val or a motor operated
valve and stainless -steel piping within the tank. If the City elects to use the 1.5 MG option,
the additional compensation noted in the level of effort will be added to the Engineer's fees
and paid by the City. The structural design of the tank and foundation is proprietary and will
be provided by the tank contractor. The tank will include two City logos. The design of the
logos, the logo placement location, and the tank color will be selected and/or provided by
the City. The scope also includes SCADA and instrument and control (I & C) related
drawings, geotechnical and topographic surveying. The tank design will include the conduits
into the pedestal for future wireless communication providers. The scope includes
coordinating with and receiving the required permits from TCEQ and the FAA. This scope
does not include property survey services. The City will provide the location of the site for
the topographic survey (approximate corner coordinates).
The transmission line sizes, pump capacities, and elevated storage tank size will be
confirmed by the City prior to design based on ongoing City of Fort Worth Master Planning.
This project includes onsite water lines only. Offsite water lines by others.
The conceptual engineer's opinion of probable construction costs for the project are: $6.5
million for a 1 MG tank and $8.3 million for a 1.5 MG tank.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 4. Final Design
Task 5. Bid Phase Services
Task 6. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey and Subsurface Utility Engineering Services
Task 9. Plan Submittal Checklists
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
ENGINEER shall manage change,
■ communicate effectively,
■ coordinate internally and externally as needed, and
■ proactively address issues with the CITY's Project Manager and others as
necessary to make progress on the work.
1.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting
• Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings with the CITY at the end of each design phase
• Prepare invoices and submit monthly in the format requested by the CITY.
• Prepare and submit monthly progress reports in the format provided by the Water
Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule updates
with a schedule narrative monthly, as required in Attachment D to this Standard
Agreement and according to the City of Fort Worth's Schedule Guidance Document.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
• Complete Monthly MWWBE Report Form and Final Summary Payment Report Form at
the end of the project
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare the
design
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements are
appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to meet
their requirements, as part of the design scope.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company representative.
ASSUMPTIONS
• 36 MWBE reports will be prepared
• 4 meetings with city staff
• 36 monthly water department progress reports will be prepared
• 36 monthly project schedule updates will be prepared
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly MWWBE Report Form and Final Summary Payment Report Form
G. Plan Submittal Checklists (See Task 9)
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to
■ Study the project,
■ Present to the CITY
■ Obtain the CITY's endorsement of this concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 16
ATTACHMENTA
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
2.1. Data Collection
• In addition to data obtained from the CITY, ENGINEER will research proposed
improvements in conjunction with any other planned future improvements that
may influence the project.
• The ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including but not limited to; utilities, agencies (TxDOT
and railroads), City Master Plans, and property ownership as available from the
Tax Assessor's office.
2.4. The Conceptual Design Package shall include the following:
• Cover Sheet
• Graphic exhibits
• Documentation of key design decisions.
• Estimates of probable construction cost.
ASSUMPTIONS
• 0 Geotechnical borings are expected for this project.
• One PDF copy of the conceptual design package (30% design) will be delivered.
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw
• ENGINEER shall prepare the meeting minutes of the Concept Review meeting
and revise the report, if needed.
• ENGINEER shall not proceed with Preliminary Design activities without obtaining
written approval by the CITY of the Conceptual Design Package.
DELIVERABLES
A. Conceptual Design Package
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1. Development of Preliminary Design Drawings and Specifications shall include the
following:
• Cover Sheet
• General Notes Sheets
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
• Quantity Sheet
• A Proiect Control Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base. Z coordinate on City Datum only; descriptive location
(i.e. 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).
• One Site Plan Sheet
• One Geometric Lavout with Gradinq Sheet (show drainage and overflow)
• Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc.,
in the same coordinate system as the Control Points.
• Bench marks per 1,000 ft of plan/profile sheet — two or more.
• Bearings qiven on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
• One Plan and profile sheet which shows the following: proposed water
plan/profile and recommended pipe size, gate valves, and all pertinent
information needed to construct the project. Legal description (Lot Nos., Block
Nos., and Addition Names) along with property ownership shall be provided on
the plan view.
• Three Tank drawinqs including Details of Elevation and Section, Details of
Pipinq, and Miscellaneous Details.
• One Erosion Control Sheet.
• One Fencinq Sheet.
• Three Electrical Sheets (Site Plan, Power Plan and Lighting Plan).
• Four Sheets of Electrical Details.
• Two Sheets for Liqhtinq Protection (System and Details).
• The ENGINEER will prepare standard and special detail sheets for water line
installation that are not already included in the D-section of the CITY's
specifications. These may included connection details between various parts of the
project, details unique to the construction of the project.
3.2. Geotechnical Investigation
• Soil investigations, including field and laboratory tests, borings, related
engineering analysis and recommendations for determining soil conditions will be
made. In addition to the above investigations, borings and appropriate field and
laboratory analysis will be made at reasonable intervals along the project
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
alignment for the Contractor's use in determining soil conditions for preparing
bids and a Trench Safety Plan.
3.3. Constructability Review
• Prior to the 60 percent review meeting with the CITY, the ENGINEER shall
schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. The ENGINEER shall summarize the
CITY's comments from the field visit and submit this information to the CITY in
writing.
3.4. Utility Clearance
• The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of above and underground utilities, and other facilities
(current and future) that have an impact or influence on the project. ENGINEER
will design CITY facilities to avoid or minimize conflicts with existing utilities, and
where known and possible consider potential future utilities in designs.
• The ENGINEER shall upload individual DWF files for each plan sheet of the
approved preliminary plan set to the designated project folder in Buzzsaw for
forwarding to all utility companies which have facilities within the limits of the
project. The DWF files should be created directly from the CAD files as opposed
to PDF files.
3.5. Traffic Control Plan (NOT NEEDED, all onsite work)
3.6 FAA Permitting — Submit to FAA
3.7 TCEQ Permitting — Submit to TCEQ
ASSUMPTIONS
• NO public meeting(s) will be conducted or attended during the preliminary design
phase.
• Four borings at an average bore depth of 35' to 55' feet each will be provided.
• One set of 11 "x17" size plans will be delivered for the Constructability Review.
• One set of 11"x17" size plans will be delivered for the Preliminary Design (60%
design).
• One set of specifications will be delivered for the Preliminary Design (60%
design).
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw.
• The CITY's front end and technical specifications will be used. The ENGINEER
shall supplement the technical specifications if needed.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
• One PDF set of drawings will be delivered for Utility Clearance.
ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
DELIVERABLES
A. Preliminary Design drawings and specifications
B. Utility Clearance drawings
C. Estimates of probable construction cost
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
• For projects that disturb an area greater than one (1) acre, the Contractor will be
responsible for preparing and submitting the Storm Water Pollution Prevention Plan
(SWPPP) with appropriate regulatory agencies. This project is proposed to disturb less
than one acre.
• Draft Final plans (90%) and specifications shall be submitted to CITY per the approved
Project Schedule.
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Construction Documents (100%) to the CITY per the approved Project Schedule.
Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in
State of Texas.
• The ENGINEER shall submit a final design estimate of probable construction cost with
both the 90% and 100% design packages. This estimate shall use ONLY standard CITY
bid items.
ASSUMPTIONS
• One set of 11"x17" size drawings and one set of specifications will be delivered for the
90% Design package.
• A DWF file for the 90% Design will be created from design CAD drawings and will be
uploaded to the project folder in Buzzsaw.
• One set of 11 "x17" size drawings and one set of specifications will be delivered for the
100% Design package.
• A DWF file for the 100% Design will be created from design CAD drawings and will be
uploaded to the project folder in Buzzsaw.
DELIVERABLES
A. 90% construction plans and specifications.
City of Fort Worth. Texas
Attachment A
PMO Release Date: 08.1.2014
Page 7 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
B. 100% construction plans and specifications.
C. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's standard bid items and format.
D. Original cover mylar for the signatures of authorized CITY officials.
TASK 5. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
5.1. Bid Support
• The ENGINEER shall upload all plans and contract documents onto Buzzsaw for
access to potential bidders.
• Contract documents shall be uploaded in a .xIs file.
Unit Price Proposal documents are to be created utilizing CFW Bidtools only
and combined in a specified spreadsheet workbook, Bid Proposal Worksheet
Template, and will be populated and configured so that all pages are
complete and the Summary Worksheet(s) in the workbook detail and
automatically summarize the totals from the inserted Unit Price Proposal
document worksheets.
• Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files.
The .pdf will consist of one file of the entire plan set. The .dwf will consist of
individual files, one for each plan sheet, and will be numbered and named in
a manner similar to that of the plan set index.
• The ENGINEER shall sell contract documents and maintain a plan holders list on
Buzzsaw from documents sold and from Contractor's uploaded Plan Holder
Registrations in Buzzsaw.
The ENGINEER will develop and implement procedures for receiving and
answering bidders' questions and requests for additional information. The
procedures shall include a log of all significant bidders questions and requests
and the response thereto. The log shall be housed and maintained in the
project's Buzzsaw folder titled Request for Information. The ENGINEER will
provide technical interpretation of the contract bid documents and will prepare
proposed responses to all bidders questions and requests, in the form of
addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and
mail addenda to all plan holders.
• Attend the prebid conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
• When substitution prior to award of contracts is allowed in the contract
documents, the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
• Attend the bid opening in support of the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 8 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
• Tabulate and review all bids received for the construction project, assist the CITY
in evaluating bids, and recommend award of the contract. A copy of the Bid
Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only
are to be uploaded into the project's Bid Results folder on Buzzsaw.
• Incorporate all addenda into the contract documents and issue conformed sets.
5.2 Final Design Drawings
1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format
(version 6.0 or higher) format and DWF format. There shall be one (1) PDF file
and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for
the Water plan set. Each PDF and DWF file shall be created from the original
CAD drawing files and shall contain all associated sheets of the particular plan
set. Sinqular PDF and DWF files for each sheet of a Dian set will not be
accepted. PDF and DWF files shall conform to naming conventions as follows:
I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_org" designating the file is
of an original plan set, "47" shall be the total number of sheets in this file.
Example: W-0053_org3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example — "X-35667_org36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_org"
designating the file is of an original plan set, "36" shall be the total number of
sheets in this file.
Example: X-12755_org18.pdf
Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in
Buzzsaw.
2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet
as an individual DWG file with all reference files integrated into the sheet. If the plans
were prepared in DGN format, they shall be converted to DWG prior to uploading.
The naming convention to be used for the DWG files shall be as follows:
I. TPW files shall use the W number as for PDF and DWF files, but shall
include the sheet number in the name — "W-1956_SHT01.dwg", "W-
1956_SHT02.dwg", etc.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 9 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
II. Water and Sewer file names shall use the X number as for PDF and
DWF files, but shall include the sheet number in the name — "X-
12155_SHT01.dwg", "X-12755_SHT02.dwg", etc.
For information on the proper manner to submit files and to obtain a file number for
the project, contact the Department of Transportation and Public Works Vault at
telephone number (817) 392-8426. File numbers will not be issued to a project
unless the appropriate project numbers and fund codes have been assigned and
are in the Department of Transportation and Public Works database.
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• Construction documents will be made available on Buzzsaw for plan holders
and/or plan viewing rooms.
• Four sets of 22"x34" size and four sets of 11 "x17" size drawings plans and four
specifications (conformed, if applicable) will be delivered to the CITY.
• PDF, DWF and DWG files will be uploaded to Buzzsaw.
DELIVERABLES
A. Addenda
B. Bid tabulations
C. CFW Data Spreadsheet
D. Recommendation of award
E. Construction documents (conformed, if applicable)
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1 Construction Support
• The ENGINEER shall attend the preconstruction conference.
• After the pre -construction conference, the ENGINEER shall provide project
exhibits and attend public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location and mail the invitation letters
to the affected customers.
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, review change orders, and make
recommendations as to the acceptability of the work.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 10 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
The ENGINEER shall attend the "Final" project walk through and assist with preparation of
final punch list
6.2 Record Drawings
• The ENGINEER shall prepare Record Drawings from information provided by
the CITY depicting any changes made to the Final Drawings during construction.
The following information shall be provided by the CITY:
o As -Built Survey
o Red -Line Markups from Contractor
o Red -Line Markups from City Inspector
o Copies of Approved Change Orders
o Approved Substitutions
The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
o These Record Drawings were prepared using information provided by
others and represent the as constructed conditions to the extent that
documented changes were provided for recording. The ENGINEER
assumes no liability for undocumented changes and certifies only that the
documented changes are accurately depicted on these drawings.
• The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, on mylar for record storage. The ENGINEER may
keep copies of the information provided by the CITY for their files, but all original
red -lined drawings shall be returned to the CITY with the mylars.
2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format
(version 6.0 or higher) format and DWF format. There shall be one (1) PDF file
and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for
the Water plan set. Each PDF and DWF file shall contain all associated sheets
of the particular plan set. Singular PDF and DWF files for each sheet of a
plan set will not be accepted. PDF and DWF files shall conform to naming
conventions as follows:
I. TPW file name example — "W-1956_rec47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_rec" designating the file is of
a record drawing plan set, "47" shall be the total number of sheets in this file.
Example: W-0053_rec3.pdf and K-0320_org5.pdf
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 11 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <184291>
II. Water and Sewer file name example — "X-35667_rec36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "—rec"
designating the file is of a record drawing plan set, "36" shall be the total
number of sheets in this file.
Example: X-12755_rec18.pdf
Both PDF and DWF files shall be uploaded to the project's Record Drawings folder
in Buzzsaw.
ASSUMPTIONS
• Ten RFI's are assumed.
• Four Change Orders are assumed
• 36 Site Visits are assumed.
• One copy of full size (22"x34") mylars will be delivered to the CITY.
DELIVERABLES
A. Public meeting exhibits
B. Response to Contractor's Request for Information
C. Review of Change Orders
D. Review of shop drawings
E. Final Punch List items
F. Record Drawings on Mylar
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY's Project Manager.
7.1. Right -of -Way Research
• None.
7.2. Right-of-Way/Easement Preparation and Submittal.
• None.
7.3. Temporary Right of Entry Preparation and Submittal
• None.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 12 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
ASSUMPTIONS
• No Easements or right-of-way documents will be necessary.
• No Temporary right -of -entry documents will be necessary.
DELIVERABLES
A. None.
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ENGINEER will provide survey support as follows.
8.1. Design Survey
• ENGINEER will perform field surveys to collect horizontal and vertical elevations and
other information needed by ENGINEER in design and preparation of plans for the project.
Information gathered during the survey shall include topographic data, elevations of all
sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities,
structures, trees (measure caliper, identify overall canopy, and have qualified arborist
identify species of trees), and other features relevant to the final plan sheets. Existing
drainage at intersections will be verified by field surveys. Spot elevations will be shown on
intersection layouts with cross slope to fit intersecting grade lines.
• The minimum survey information to be provided on the plans shall include the following:
A Project Control Sheet, showing ALL Control Points, used or set while gathering data.
Generally on a scale of not less than 1:400:
— The following information about each Control Point;
a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" 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 (Ex. 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).
— Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate
system, as the Control.
— No less than two horizontal bench marks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 13 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
ASSUMPTIONS
• Topographic survey at intersection will include no more than 100 ft. in each direction.
• City to provide coordinates of corners of property. Topography survey only.
DELIVERABLES
A. Copies of field survey data and notes signed and sealed by a licensed surveyor.
B. Drawing of the project layout with dimensions and coordinate list.
TASK 9. PLAN SUBMITTAL CHECKLISTS
Engineer shall complete and submit Plan Submittal Checklists in accordance with the
following table:
PLAN SUBMITTAL CHECKLIST REQUIREMEN—S
Traffic Traffic Traffic
Street
Water
Control Control Control
Traffic
"A"
Storm Storm Lights
/Sewer
Traffic
30% 60% 90%
Attachment Signal
Water Water (Submit
(Submit
Engineering
Type (Submit All
30% 60% All @
All @
(Submit All
@ 30%)
30%
60%)
@ 60%)
Required for all work in City
ROW
Water / Sewer
*If included in street project
ASSUMPTIONS
DELIVERABLES
l3
In
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 14 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
entries.
Negotiation of easements or property acquisition including temporary right -of -
Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre -qualification, bid protests, bid rejection and
re -bidding of the contract for construction.
• Construction management and inspection services
• Periodic site visits during construction phase
• Design phase public meetings
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of
God.
• Services related to warranty claims, enforcement and inspection after final
completion.
• Services related to submitting for permits (ie.TxDOT, railroad, etc...)
• Services related to Subsurface Utility Engineering Levels A, B, C or D
• Services related to Survey Construction Staking
• Services related to acquiring real property including but not limited to easements,
right-of-way, and/or temporary right -of -entries.
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 15 of 16
ATTACHMENT A
DESIGN SERVICES FOR
NORTHSIDE IV ELEVATED STORAGE TANK CITY PROJECT NO.: <104291>
• Construction Shop drawing review, samples and other submittals submitted by the
contractor.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 16 of 16
ATTACHMENT B
COMPENSATION
Design Services for
Northside IV Elevated Storage Tank
City Project No. 104291
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $500,701.00
as summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of
Total Project Fees. The total lump sum fee shall be considered full
compensation for the services described in Attachment A, including all labor
materials, supplies, and equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item III. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
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
Revised Date: 12/9/2022
Page 1 of 3
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm
Primary Responsibility
Prime Consultant
Neel -Schaffer, Inc.
Design
Proposed MWBE Sub -Consultants
Team One Integration,
SCADA
LLC
Steel Inspectors of
Tank Inspections
Texas, Inc.
MAS Consultants, LLC
Engineering - iSWM
dba MAS Consulting
Engineers
Non-MWBE Consultants
Alpha Testing Geotechnical Exploration
Spooner and Survey
Associates
Project Number & Name
Northside IV Elevated Storage Tank -
104291
City MWBE Goal = 9%
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 2 of 3
1161r�l41
Fee Amount %
$427,901.00 85.5%
$26,000.00 5.2%
$14,000.00 2.8%
$12,000.00 2.4%
$7,800.00 1.6%
$13,000.00 2.6%
$500,701.00 100%
Total Fee MWBE Fee MWBE %
$500,701.00 $52,000.00 10.4%
Consultant Committed Goal = 10%
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 3
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 3
A7
Task No. Task Description
Principal
Rat $285
1.0 Project Management 6
1.1 Managing the Team
1.1.1 Internal Team Meetings
1.1.2 QA/QC
1.2 Communications and Reporting
1.2.1 Pre -Design Coordination Meeting
(monthly, bi-monthly, ) Project Update
1.2.2 Meetings
1.2.3 Design Submittal Review Meetings
1.2.4 Prepare Baseline Schedule
Prepare Monthly MBE/SBE Reports with
1.2.5 Schedule
1.2.6 Prepare Monthly MBE/SBE Reports
1.2.7 Invoicing
2.0 Conceptual Design (30-Percent)
2.1 Data Collection
Drainage Computations and Drainage Area
2.2 Map
2.3 Subsurface Utility Engineering 1
2.4 I%onceptual Design Package
2.4.11 Cover Sheet 1
2.4.21 Exhibits and Summary
2.4.31 Site Visit 1
2.4.41 ProjectDecision Log 1
2.4.51 Construction Estimate 1
2.4.61j PDF's or DWF's 1
3.0 (Preliminary Design (60 Percent)
3.1 IPreliminary Design Package
3.1.1 1 Cover 1
3.1.1a I General Notes Sheet 1
3.1.1b I Project Control Sheet
3.1.1c I Site Plan
3.1.1d I Geometric Layout Sheet 1
3.1.1e I Plan & Profile Sheet (yard Piping)
3.1.1f Tank Plan and Elevation (Three Sheets)
3.1.1Ap Erosion Control Plan
3.1.1h I Fencing Sheet
Electrical Sheets (Site Plan, Power Plan,
3.1.11 land Lighting Plan)
3.1.1j I Electrical Details Sheets (4)
Lighting Protection Plan (Two Sheets for
3.1.1k JSystem and Details)
3.1.1ml Proposed Drainage Area Map
Rai 1aq. Calculations
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
EXHIBIT B-2
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Design Services for
Northside IV Elevated Composite Storage Tank Contract
City Project No. 104291
Labor (hours)
I
Expense
Project
Project
EIT
CADD
Administrative
Total Labor
Subconsultant
Total Expense
Task
Percent Remaining
Sub Total
Mana
Engineer
Cost
Travel
Reproduction
Cost
Complete Budget
1725
$190
$145
$1601
$100
MWBE Non-MWBE
34
54
41
01
104
$30,600
$0 $0
SO
$84
$84
$30,684
I
$0
$0
SO
$o
$o
$0
$285
$0
$285
161
2
1
1
16
$5,865
$36
$36
$5,901
41
8
41
1
$3,570
1 1
1
$0
$3.570
21
16
I
I
$4,060
I
I
$0
$4,060
41
41
1
1
16
$3,260
$0
$3,260
41
41
1
1
18
$3,460
S24
S24
$3,484
21
161
1
I
18
$5.290
I I
I
So
$5,290
21
41
1
1
36
$4,810
1 1
$24
$241
$4,8341 1
1
1
1
1
$0
1 1
Sol
Sol I
301
361
401
521
221
$30,765
$01 $01
$681
$152
$2201
$30,985;
12
121
81
81
81
$8,220
1
$181
$80
$981
$8,3181 1
2
I
4
8
I
$2,310
I
$01
$2.3101
I
1
1
1
$0
I
I
Sol
$01 1
1
1
1
1
1
$01
1 1
1
$01
Sol 1
21
21
1
161
1
$3,9601
1 1
1
$ol
$3.960
41
101
241
161
121
$10,0401
1 1
$221
$221
$10'062
I
41
41
1
1
1
$1,6601
1 1
$501
$141
$641
$1,724
1
1
1
1
1
Sol
I I
I
I
$ol
$o
I1j
61
61
41
21
$3,555
1
I
$01
$3,555 1
1
21
1
41
I
$1,020
I
$361
$361
$1.0561 1
1271
220
1301
3361
112I1
$158,175
$26,000$7,8001
$201
$16
$33,8361
$192,0111 I
I
1
11
1
41
I
$8651
I I
Sol
S8651 1
21
41
41
161
1
$4,6351
1 1
1
1
$01
$4.6351 1
I
1
81
1
$1,7301
1 1
1
1
Sol
$1,7301 1
12
el
161
481
1
$14,5051
1 1
1
1
Sol
$14,5051 1
2
41
121
161
I
$5,510
I
1
Sol
$5,5101 1
�
J
4
6
16
I
$5665�
I
I
I
Sol
S5,665
41
161
241
481
1
$15:3851
1 1
1
1
$01
$15.385
11
41
81
121
1
S4,0651
I
I
$01
$4,065
11
61
81
121
1
$4,4451
I
I
$01
$4,4451 1
81
241
I
481
I
$14,0401
1 I
I
I
$01
$14.0401
41
241
1
481
1
$13,4251
1 1
1
1
Sol
$13.4251 1
81
121
1
301
I
$9,1651
1 1
I
$0
$9,1651
11
21
41
101
1
$2,7851
1 1
1
1
SO
$2,7851
11
41
61
61
1
$3,1001
1 1
1
$0
$3,1001
3.1.10 SCADA Design
3.1.1yy
Specifications and Special Provisions
3.1.ig
Preliminary Construction Estimate
3.1.1r
Utility Clearance
Geotechn ical Investigation/Pavement
3.2
Design
3.3
Constructability Review
3.4
Traffic Control Plan
3.5
Project Decision Log
3.6
Construction Estimate
3.7
PDFS OR DWG'S
4.0 IFinal Des,'_yn
(Final Draft (90 %) Construction Plans and
4.1 Specifications
1 4.2 (Final (100%) Plans and Specifications
1 4.3 [Project Decision Logs
1 4.4 (Construction Estimates (90% and 100%)
4.5 1PDF'S OR DWG'S
5.0 rd Phase
5.1 (Bid Support
5.1.1 1 Upload Documents to Buasaw
Sell Contract Documents and Maintain
5.1.2I Plan Holders List
5.1.31 Issue Addenda
5.1.4a I Attend Pre Bid
5.1.4b I Attend Bid Opening
5.1.51 Tabulate Bids and Recommend Award
5.2 1 Issue Conformed Contract Documents
5.3 1 PDFs or DWFs
5.4 I DWG's
5.5 I Mylar Drawings
9.0 ;Construction Phase Services
6.1 (Construction Support
6.1.1 1 Attend Preconstruction Conference
6.1.21 Attend Public Meeting (None)
6.1.31 Site Visits
6.1.41 RFI's
6.1.61 Shop Drawings
6.1.71 Tank Inspections W/Reports
6.2 IRecord Drawings/As Built (Electronic Only)
7.0 IROW/Easement Services
7.1 ;Right -of --Entry Documents
7.2 (Right-of-Way/Easement Preparation and
Submittal (Estimate 2)
7.3 ITemporary Right of Entry Submittal
8.0 ;Survey
lueslgn urvey
I 1) empo ar,y t tntry su0mlttal
I I 'onswcoo a ey
�9.0 1Perrnitting
9.1 ISWPPP
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
8
8
4
$3.720
$26.000
$20
$16
$26,036
529,756
40
46
2 I
80
$30,740
$0
$30,740
8
40
121
81
4
$13,105
I
$0
$13.105
41
4
41
21
16
$4,445
1
$0
$4,445
121
1
41
8
$4.140
1
$7,800I
$7,800
$11,940
41
8
1
1
$2.705
1
1
$0
$2,705
1
1
1
1
$0
1
1
1
$0
$0
1
1
1
1
$0
I
$D
$0
121
81
1
1
4
$4,905
I
$0
$4.905
1
I
21
I
1
I
41
I
$1,020
I
I
I
I
I
$36
$36
$1,056
981
581
421
2081
28
$76,665
$01
$01
$01
$36
$36;
$76,7011
60I
241
241
1401
161
$46,11D
I
I
I
$01
$46.110I
301
181
181
601
81
$23.750
1
$01
$23,7501
1
1
1
1
1
$01
I
I
so l
$ol
81
121
I
2
$4,5651
1
1
1
$01
$4,5651
41
I
6
2I
$2,2401
1
I
5361
$361
$2,2761
81
301
01
361
541
$20,085I
$01
$01
S01
$3,5291I
$3,5291
$23,6141
I
I
$570
1
$01
$570
1
21
1
1
61
$9801
1
1
1
1
$ol
$saol
41
I
41
121
$2,600I
I
I
I
$2,000I
$2,OOOI
$4,600I
11
61
I
81
161
$4,9101
1
1
1
1
$ol
$4,9101
2
21
I
I
I
$8301
I
I
I
$ol
$8301
1
1
I
I
$0
I
I
$01
$01
21
41
I
I
41
$1,895
I
$01
$1.8951
21
61
1
121
161
$5.395
1
I
$9891
$9891
$6,3841
1
21
1
41
$1,0201
I
$01
$1,020:
1
21
1
41
$1:0201
I
I
$01
$1,0201
11
1
1
41
1
$8651
1
1
1
$5401
$5401
$1,4051
1661
94l
541
241
01
$70,0151
$14,0001
$01
$2501
$01
$14,2501
$84,2651
1
1
1
1
1
$01
1
I
1
so[
$01
21
21
21
1
I
I
$1.1201
I
I
1
Sol
$1,1201
1
1
1
1
$01
I
$01
$01
161
81
81
1
I
$6.8501
1
1
$2501
$2501
$7,1001
481
241
161
1
1
$19,9601
1
1
$0
$19960:
801
481
241
1
1
$30,6001
1
1
I
$0I
$30:600
121
81
1
1
1
$4,5051
$14,0001
1
1
1
$14,0001
$18,5051
81
41
4
241
I
$6.980I
I
I
I
I
$01
$6.980I
21
01
01
0l
41
$8501
$01
$3,0001
Sol
Sol
$3,0001,
$3,850;
21
1
1
41
$8501
1
1
1
1
$01
$8501
ISol
I
$3,OOOI
I
I
$3.0001
$3,000I
�
I
I
1
1
$01
1
1
I
1
'
$01
$01
21
I
21
1
21
I
81
1
01
�
$2,4001,
I
$01
$10,0001
I
$90l
$721
$10,162;
�
$12,562;
21
2I
2i
tli
i
�2,4I1i
�1 U,000i
y9Ui
J/Li
10u,'t (,1
01
of
01
01
01
$01
Sol
$01
$01
Sol
$01
$01
1
1
1
1
1
$01
1
1
1
1
$01
$01
9.2 Environmental Services 1
9.3 Floodplain Services 1
9.4 TxDOT I I
9.5 Railroad I I I
9.6 TDLR I I I I
9.7 City of Fort Worth Parks Conversion I I I
I I I I I
10.0 Additional Services 01 61 01 01 OI
10.1 Additional Services as Directed by the City
10.2 iSWM I 6 1 1 1
10.3 I I I 1
10.4 I I I
10.5 I I I I
Totals 44 4731
4941 2721 6641
1 Water Line Footage
0#DIV/0!
Sewer Line Footage
0i #DIV/01
01 #DIV/0!
(A) Total Fee
$500,701
(B) Survey Fee
-$12,562
(C) Total Fee - survey Fee
$488,139
Water Fee f 100% of C) I
$488.139.00
Sewer Fee (0 % of C)
I Description
WP Water
Sewer
I Conceptual Design (30%)
30 $146,442.00
$0.00
I Preliminary Design (60%)
30 $292.883.00
I
$0.00
I Final Design (100%)
30 $48,814.00
$0.00
I Survey
1 30 1 $12,562.00 1
$0.00
I
I Subtotal
1 $500,701.001
$0.00
Total
$500,701.00
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Official Release Date: 8.09.2012
$0
$0
$0
$0
$0
$0
I I
4 $26,750 $12,0001 $01
$25,000
4 $1,750 $12,0001 1
$0 1 1
$0 I
Sol I
328 $416,3051 $52,0001 $20,8001
$0 $0
$0 $0
$0 $0
$0 $0
$0 $0
$0 $0
i
I
$01 $0 $12,000 $38,750
$0 $25,000
I $12,000 $13,750
I $0 $0
I $0 $0
I I $0 $0
$4281 $3,8891 $77,117 $493,422
Project Summary
Total Hours 2,275
Total Labor $416,305
Total Expense $77,117
MBE/SBE Subconsultantl $52,000
Non-MBE/SBE Subconsultantl $20,800
10% Sub Markup $7,280
1 MBE/SBEParticipationl 10.4%
Total Project Costl $500,701.00
Professional Services Invoice Project Manager: IScott Taylor, P.E.
Project: Northside IV Elevated Storage Tank
City Project #: 1104291 1
City Sec Number: 15760-06-2023
Company Name: INeel-Schaffer, Inc.
Supplier's PM: 1James P. Amick, P.E.
Supplier Invoice M I
Payment Request* I
Service Date:From I
Service Date:To I
Invoice Date: I
Summary
1 Supplier Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start Bu=aw and Add your invoice to the
Consultant folder within Project's folder.
email: IJim.AmickfbNeel-Schaffer.com I
Office Address j515 Houston Street, Suite 651; Fort Worth, Texas 76102
Telephone: 18171870-2422
Fax: I 11
Remit Address:1515 Houston Street, Suite 651; Fort Worth, Texas 76102
Sheet FID and Work Type Description
Work Type 1 Water Commercial Paper— Fund 56022
Work Type 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
' Agreement LTD
Agreement Amendment- Amountto Completed
Amount Amount Date Amount
$500,701.0C $500,701.00
I I
I I
Percent ($) Invoiced I Current
Spent Previously Invoice
Remaining
Balance
S500,701.00
Totals This Invoice $500,701.00 $500.701.00 $500,701.00
Overall Percentage Spent:
Professional Services Invoice Project Manager. Scott Taylor,P.E
Project: Northside IV Elevated Storage Tank
City Project #: 104291
Work TypeDesc: (Water I Supplier Instructions:
FID: ICommercial Paper —Fund 56M I
City Sec Number: 5760-06-2023 Fill in green cells including Percent Complete and Invoiced Previously ouanities
Purchase Order: I I When your Invoice is complete, save and close, start Buzssaw and Add your invoice to the
Consultant folder within Project's folder.
Company Name: Neel -Schaffer,
Supplier's PM: James P. Amick, P.E. email: Jim.Amick@NeelSchaffer.com
Supplier Invoice #: Office Address: 515 Houston Street, Suite 651; Fort Worth, Texas 76102
Payment Request #: Telephone: 617f870-2422
Service Date:From Fax:
Service Date:To
Invoice Date: Remit 515 Houston Street, Suite 651; FortWorth, Texas 76102
Pay Items
30 - Design
Agreement LTD
Agreement Amendment Amendment Amountto Completed Percent ($)Invoiced
Description Amount Number Amount Date Amount Spent Previously
$500,701.00 $500,701.00
I I
I I
I I I
I I I I
I I I I
I I I I
I I I I
I I I I
Totals This Unit: $500,701.00
$500,701.00
Overall Percentage Spent:
Current
Invoice
Remaining
Balance
$500,701.00
$500,701.00
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Northside IV Elevated Storage Tank
City Project No. 104291
No Exceptions to contract
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
ID WBS ITask Name
Attachment D - Project Schedule
City of Fort Worth
Northside IV Elevated Storage Tank- CPN 1 D4291
Duration I Start I Finish I Predecessors
1 36 Design
2216 hrs
Fri 9l1123
Fri 1014/24
2 30.10 Design Engineer Agreement
0 hrs
Fri 9/1123
Fri 911/23
3 30.10.3000Award Design Agreement
D days
Tue 62723
Tue 62723
4 30.10.3010.Execute Contract Documents
0 days
Wed 62823
Wed 62823
5 30.10.3040 Issue Notice To Proceed- Engineer
0 days
Fri 9/123
Fri 9/123
6 30.20Conceptual
Design(30%)
584 hrs
Fri 911l23
Fri 12/15/23
7 30.20.3100
Design Mck-off Meeting
1 day
Fri 91123
Fri 9/123
5
8 3020.3105
Site Survey
30 days
Tue 9/523
Mon 10/1623
7
9 30.20.3110
Prepare Conceptual Design Drawings & Documents
30 days
Tue 10/1723
Wed 112923
8
10 3020.3120
Submit Conceptual Plans
0 days
10 daysl
Wed 112923
Thu 11/3023
Wed 11/2 123
9
11 30.20.3130
Review Conceptual Plan (CFW)
Wed 12/13/23
10
12 3020.3140Incorpomte
Preliminary Comments
2 days
Thu 12114123
Fri 12/1523
11
13 30.20.3160
Conceptual Design Complete
0 hrs
Fri 12l1523
Fri 12/1523
12
14 30.30
Preliminary Design(60%)
816 hrs
Mon 12113/23
Fri SM 0124
15 30.30.3200IPrepare
Preliminary Design Drawings and Specifications
80 days
Mon 12I1823
Wed 4/1024
13
16 30.30.3220
Submit Preliminary Plans
0 days
Wed 4/1 D24
Wed 411024
15
17 30.30=0
Review Preliminary Plans and Specifications (CFW)
20 days
Thu 4/1124
Wed 5/824
16
18 30.30.3240
Incorporate Preliminary Comments
2 days
Thu 51924
Fri 5/1024
17
19 30.30.3260iPrellmin2ry
Design Complete
0 days
Fri 5/1024
Fri 5/1 g24
18
20 30A0
Final Design
816 hrs
Mon S/13/24
Fri 10/4124
21 30.40.3300
Prepare Final Design Plans and Specifications
60 days
Mon 511324
Tue 8/6/24
19
22 30.40.3310
Submit Final Design
0 days
Tue 8/624
Tue 8/624
21
23 30.40.3320
Review Final Plans and Specifications (CFW)
10 days
Wed 8/7/24
Tue 82024
22
24 30,40.3340
Incorporate Final Comments and Submit Final Design
2 days
Wed 82124
Thu 81=4
23
25 30.40.3350
Approve Final Plans and Specifications and Route for Signatures
5 days
Fri 8123/24
Thu 82924
24
26 30.40.3360
Final Design Complete
0 days
Thu 829/24
Thu 82924
25FF
27 30.40.3370
Establish MBE Goal for Construction Contract
5 days
Fri 8/3024
Fri 9/624
26
28 30.40.3380
Prepare Bid Package
20 days
Mon 91924
Fri 10/424
27
29 80IConstruction
3600 hrs
Fri 1D/4/24
Fri 7/17/26
28
30 BO
Constmction
0 days
Fri 101424
Fri 101424
28
31 80.81
Bid and Award
320 hrs
Mon ID1724
Tue 121324
28
32 80.81.8110
Start Advertisement
20 days
Mon 10/724
Fri 11/124
28
33 8).61.8120Award
ConsWction Contract
20 days
Mon 11/4/24
Tue 121324
32
34 80.83
Construction Execution
3280 hrs
Wed 12/4124
Fri 7/1726
35 80.83.10
Pre -Construction
20 days
Wed 12/424
Thu 1225
33
36 80.8320
Construction
390 days
Fri 1/325
Fri 7/1728
35
Task
Split
Preliminary- Northside IV Elevated Storage Tank Schedule.mpp Milestone
Thu 7127123
Summary
Project Summary
External Tasks
External Milestone
♦ Inactive Milestone
Inactive Summary
Manual Task
Ot�4 1
ter✓ gi1
6127
fil28
i
i
i
i
i
i
i
i
i
i
i
i
Otr 1 I Otr 220I240tr 3 I Otr 4 I Otr 1 I Otr 220I25Ctrs I Otr 4
d
.. Duration -only ......................... Extemal Tasks O
♦ Manual Summary Rollup ♦ External Milestone
i Manual Summary ♦ Baseline
Start -only Baseline Milestone O
O Fin sh-only Baseline Summary
Page 1
2026
Otr1 1 Otr2 I Otr3 1 Otr4
Progress
Deadline b
1
ATTACHMENT E
•—.;E'STATE'HIGHWAY'L.114— —
E---
�STATEHIGHWM(,7114._
� 7co
-+
mg ,{ 4,
I 'A
IL
to
PRIVATE' ROAD 4907 — I �j,t'�
17
PRIVATE ROAD 4906
{ 'PRIVATE ROAD64909 '
I
. COUNTY ROAD 4840
` it , , ,, . • '. I �
_
W
�� Acp
�'
«�
PROPOSED NORTHSIDE IV
ELEVATED STORAGE TANK
\�
FORTWORTH .:�
ATTACHMENT "F"
CERTIFICATE OF INSURANCE
Northside IV Elevated Storage
Tank
City Project No. 104291
City of Fort Worth, Texas
Attachment F
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, June 27, 2023
LOG NAME: 60NSIVEST-NEELS
REFERENCE NO.: **M&C 23-0534
SUBJECT:
(CD 10) Authorize Execution of an Engineering Agreement with Neel -Schaffer, Inc. in the Amount of
$500,701.00 for the Northside IV Elevated Storage Tank project, Adopt Resolution Expressing Official
Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance to
Effect a Portion of Water's Contribution to Fiscal Years 2023-2027 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of an engineering agreement with Neel -Schaffer, Inc. in the amount of
$500,701.00 for the Northside IV Elevated Storage Tank;
2. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds of
future debt for the Northside IV Elevated Storage Tank Project; and
3. Adopt the attached appropriation ordinance adjusting appropriations in the Water & Sewer
Commercial Paper Fund by increasing appropriations in the Northside IV Elevated Storage Tank
Project (City Project No. 104291) in the amount of $680,876.00 and decreasing appropriations in
the W&S Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a
portion of Water's contribution to the Fiscal Years 2023-2027 Capital Improvement Program.
DISCUSSION:
This Mayor and Council Communication is to authorize the preparation of plans and specifications for the
construction of Northside IV Elevated Storage Tank.
Due to increased development in the Northside IV service area, it is necessary to install an elevated
storage tank to provide increased capacity and delivery reliability to future customers.
Neel -Schaffer, Inc. proposes to provide all the necessary design and construction administration services
for a fee of $500,701.00. Staff considers the proposed fee to be fair and reasonable for the scope of
services proposed.
In addition to the contract amount, $180,175.00 is required for project management, real property
acquisitions, and utility coordination. This project will have no impact on the Water Department Operating
budget when complete.
This project is anticipated to be included in a future revenue bond issue for the Water & Sewer Fund.
Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation
authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim
financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds
will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the
attached reimbursement resolution. Under federal law, debt must be issued within approximately three
years in order for these expenses to be reimbursable. Adoption of the attached resolution does not
obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt
bond proceeds.
It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of
within the annual budget ordinance, as projects commence, additional funding needs are identified, and
to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's
portion of the City of Fort Worth's Fiscal Years 2023-2027 Capital Improvement Program, as follows:
60NSIVEST-NEELS
Capital
Budget
Fund
Project
FY2023 CIP Change
Authority FY2023
Name
Name
Appropriations (Increase/
ppBudget
Decrease)
Fund
104291 —
56022 —
Commercial
Northside
$0.00 This M&C $680,876.00 $680,876.00
Paper
IV EST
Funding for the Northside IV Elevated Storage Tank Project is depicted below:
FUND Existing Additional Appropriations Project Total*I
Appropriations
Commercial
Paper — $0.00
Fund
56022
Project $0.00
Total
*Numbers rounded for presentation purposes.
$680,876.00 $680,876.00
$680,876.00 $680,876.00
Funding is available in Water Department's W&S Commercial Paper project within the W&S Commercial
Paper Fund for the purpose of funding the Northside IV Elevated Storage Tank project.
Business Equity: Neel -Schaffer, Inc. is in compliance with City's Business Equity Ordinance by
committing to 10 percent MWBE participation on this project. The City's MWBE goal on this project is nine
percent.
The project is located in COUNCIL DISTRICT 10.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds will be available after the sale of Water and Sewer bonds in the
W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the
attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the
Northside IV EST project to support the above recommendations and execution of the contract. Prior to
any expenditure being incurred, the Water Department has the responsibility to validate the availability of
funds.
FUND IDENTIFIERS (FIDs),:
TO
Fund Department ccount Project Program ctivity Budget Reference # i mount
ID 1 ID I 1 Year (Chartfield 2)
FROM
Fund) Department IAccountl Project IPrograml�4ctivity) ( Budget I Reference #�mount�
ID ID I Year Chartfield 2)
CERTIFICATIONS:
Submitted for Citv Manager's Office by_ Dana Burghdoff (8018)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Scott Taylor (7240)
ATTACHMENTS
1. 60NSIVEST-NEELS FID Table (WCF 06.05.23).xlsx (CFW Internal)
2. 60NSIVEST-NEELS Form 1295.pdf (CFW Internal)
3. 60NSIVEST-NEELS M&C Map.pdf (Public)
4. 60NSIVEST-NEELS.doex (CFW Internal)
5. Entitvinformation-Neel Schaffer.pdf (CFW Internal)
6.ORD.APP 60NSIVEST-NEELS 56022 AO23(r3).docx (Public)
7. PBS CPN 104291.pdf (CFW Internal)
8. Res.60NSIVEST-NEELS (WCF 06.05.23).docx (Public)
9. Sianed Compliance Memo 6.1.23 Al.pdf (CFW Internal)
60NSIVEST-NEELS FID Table
2&3)
2&3)
1) 56022
2&3) 56022
2&3) 156022
2&3) 156022
2&3) 156022
2&3) 156022
2&3) 156022
2&3) 156022
2&3) 156022
0600430
0600430
0600430
0600430
0600430
0600430
0600430
0600430
0600430
5330500
5110101
5330500
5710010
5740010
5310350
5540101
5330500
5310350
104291
001840
9999
104291 I
001840 I
9999
104291 I
001840 I
9999
104291 I
001880 I
9999
104291 I
001870 I
9999
104291 I
001830 I
9999
10429.1 I
001884 I
9999
104291
001884
9999
$5,000.00 Land Acquisistion
$40,000.00 Land Acquisistion
$2,500.00ILand Acquisistion
$2,500.00 (Land Acquisistion
$2,000.00IUtility Coordination
$2,000.00IPublic Outreach
$28,840.00 (Soil Lab Consultant
$10,815.00 (Soil Lab TPW Staff