HomeMy WebLinkAboutContract 27675 CITY SECRETARY
CONTRACT NO.
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING SERVICES
This AGREEMENT is between the City of Fort Worth (the "CITY"), and Kimley-Nam and
Associates, Inc. (the "ENGINEER"), for a PROJECT generally described as:
Water Distribution System Improvements in the Medical District
Project Number P161-06161141080
Article I
Scope of Services
A. The Scope of Services is set forth in Attachment A.
Article 11
Compensation
A. The ENGINEER's compensation is set forth in Attachment B.
Article III
Terms of Payment
Payments to the ENGINEER will be made as follows:
A. Invoice and Payment
(1) The Engineer shall provide the City sufficient documentation to reasonably
substantiate the invoices.
(2) The ENGINEER will issue monthly invoices for all work performed under
this AGREEMENT. Invoices are due and payable within 30 days of receipt.
(3) Upon completion of services enumerated in Article 1, the final payment of
any balance will be due within 30 days of receipt of the final invoice.
(4) In the event of a disputed or contested billing, only that portion so contested
will be withheld from payment, and the undisputed portion will be paid. The
CITY will exercise reasonableness in contesting any bill or portion thereof.
No interest will accrue on any contested portion of the billing--ti—fitif'mutually
resolved.
(5) If the CITY fails to make payment in full to ENGINEER for billings contested
in good faith within 60 days of the amount due, the ENGINEER may, after
giving 7 days' written notice to CITY, suspend services under this
AGREEMENT until paid in full, including interest. In the event of
suspension of services, the ENGINEER shall have no liability to CITY for
delays or damages caused the CITY because of such suspension of
services.
Article IV
Obligations of the Engineer
Amendments to Article IV, if any, are included in Attachment D.
A. General
The ENGINEER will serve as the CITYs professional engineering representative
under this Agreement, providing professional engineering consultation and advice
and furnishing customary services incidental thereto.
B. Standard of Care
The standard of care applicable to the ENGINEER's services will be the degree of
skill and diligence normally employed in the State of Texas by professional
engineers or consultants performing the same or similar services at the time such
services are performed.
C. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work Such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering work to
be performed hereunder. The ENGINEER shall also advise the CITY
concerning the results of same. Such surveys, tests, and investigations
shall be furnished by the CITY, unless otherwise specified in Attachment A.
(2) In soils, foundation, groundwater, and other subsurface investigations, the
actual characteristics may vary signifi cantly between successive test points
and sample intervals and at locations other than where observations,
exploration, and investigations have been made. Because of the inherent
uncertainties in subsurface evaluations, changed or unanticipated
underground conditions may occur that could affect the total PROJECT cost
and/or execution. These conditions and cost/execution effects are not the
responsibility of the ENGINEER.
D. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in ink on
reproducible plastic film sheets, or as otherwise approved by CITY, which shall
become the property of the CITY. CITY may use such drawings in any manner it
desires; provided, however, that the ENGINEER shall not be liable for the use of
such drawings for any project other than the PROJECT described herein.
E. Engineer's Personnel at Construction Site
(1) The presence or duties of the ENGINEER's personnel at a construction
site, whether as on-site representatives or otherwise, do not make the
ENGINEER or its personnel in any way responsible for those duties that
belong to the CITY and/or the CITY's construction contractors or other
entities, and do not relieve the construction contractors or any other entity of
their obligations, duties, and responsibilities, including, but not limited to, all
construction methods, means, techniques, sequences, and procedures
necessary for coordinating and completing all portions of the construction
work in accordance with the Contract Documents and any health or safety
precautions required by such construction work. The ENGINEER and its
personnel have no authority to exercise any control over any construction
contractor or other entity or their employees in connection with their work or
any health or safety precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the
progress or quality of the completed work on the PROJECT or to determine,
in general, if the work on the PROJECT is being performed in a manner
indicating that the PROJECT, when completed, will be in accordance with
the Contract Documents, nor shall anything in the Contract Documents or
the agreement between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on-site inspections to
discover latent defects in the work or otherwise check the quality or quantity
of the work on the PROJECT. If, for any reason, the ENGINEER should
make an on-site observation(s), on the basis of such on-site observations, if
any, the ENGINEER shall endeavor to keep the CITY informed of any
deviation from the Contract Documents coming to the actual notice of
ENGINEER regarding the PROJECT.
(3) When professional certifi cation of performance or characteristics of
materials, systems or equipment is reasonably required to perform the
services set forth in the Scope of Services, the ENGINEER shall be entitled
to rely upon such certification to establish materials, systems or equipment
and performance criteria to be required in the Contract Documents.
F. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance with
Attachment A.
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation or
maintenance costs; competitive bidding procedures and market conditions;
time or quality of performance by third parties; quality, type, management,
or direction of operating personnel; and other economic and operational
factors that may materially affect the ultimate PROJECT cost or schedule.
Therefore, the ENGINEER makes no warranty that the CITY's actual
PROJECT costs, financial aspects, economic feasibility, or schedules will
not vary from the ENGINEER's opinions, analyses, projections, or
estimates.
G. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations have
been made by the ENGINEER to ascertain that the construction contractor has
completed the work in exact accordance with the Contract Documents; that the
final work will be acceptable in all respects; that the ENGINEER has made an
examination to ascertain how or for what purpose the construction contractor has
used the moneys paid; that title to any of the work, materials, or equipment has
passed to the CITY free and clear of liens, claims, security interests, or
encumbrances; or that there are not other matters at issue between the CITY and
the construction contractor that affect the amount that should be paid.
H. Record Drawings
Record drawings, if required, will be prepared, in part, on the basis of information
compiled and furnished by others, and may not always represent the exact
location, type of various components, or exact manner in which the PROJECT was
finally constructed. The ENGINEER is not responsible for any errors or omissions
in the information from others that is incorporated into the record drawings.
1. Minority and Woman Business Enterprise (M/WBE) Participation
I n a ccord with City of Fort Worth Ordinance No. 11923, the City has goals for the
participation of minority business enterprises and woman business enterprises in
City contracts. Engineer acknowledges the M/WBE goal established for this
contract and its commitment to meet that goal. Any misrepresentation of facts
(other than a negligent misrepresentation) and/or the commission of fraud by the
Engineer may result in the termination of this agreement and debarment from
participating in City contracts for a period of time of not less than three (3)years.
J. Right to Audit
(1) ENGINEER agrees that the CITY shall, until the expiration of three (3)years
after final payment under this contract, have access to and the right to
examine and photocopy any directly pertinent books, documents, papers
and records of the ENGINEER involving transactions relating to this
contract. ENGINEER agrees that the CITY shall have access during
normal working hours to all necessary ENGINEER facilities and shall be
provided adequate and appropriate workspace in order to conduct audits in
compliance with the provisions of this section. The CITY shall give
ENGINEER reasonable advance notice of intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the
CITY shall, until the expiration of three (3) years after final payment under
the subcontract, have access to and the right to examine and photocopy
any directly pertinent books, documents, papers and records of such
subconsultant, involving transactions to the subcontract, and further, that
the CITY shall have access during normal working hours to all
subconsultant facilities, and shall be provided adequate and appropriate
work space, in order to conduct audits in compliance with the provisions of
this article together with subsection (3)hereof. CITY shall give subconsultant
reasonable advance notice of intended audits.
(3) ENGINEER and subconsultant agree to photocopy such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for
the cost of copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
K. ENGINEER's Insurance
(1) Insurance coverage and limits:
ENGINEER. shall provide to the City certificate(s) of insurance documenting
policies of the following coverage at minimum limits, which are to be in effect prior
to commencement of work on the PROJECT-
Commercial General Liability
$1,000,000 each occurrence
$1,000,000 aggregate
Automobile Liability
$1,000,000 each accident(or reasonably equivalent limits of coverage
if written on a split limits basis). Coverage shall be on any vehicle used
in the course of the PROJECT.
Workers Compensation
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
Professional Liability
$1,000,000 each claim/annual aggregate
(2) Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be delivered to the CITY prior to ENGINEER
proceeding with the PROJECT.
(a) Applicable policies shall be endorsed to name the CITY an
Additional Insured thereon, as its interests may appear. The term
CITY shall include its employees, officers, officials, agents, and
volunteers as respects the contracted services.
(b) Certificate(s) of insurance shall document that insurance coverage
specified according to items section K(1) and K(2) of this
agreement are provided under applicable policies documented
thereon.
(c) Any failure on part of the CITY to request required insurance
documentation shall not constitute a waiver of the insurance
requirements.
(d) A minimum of thirty (30) days notice of cancellation or material
change in coverage shall be provided to the CITY. A ten (10) days
notice shall be acceptable in the event of non-payment of premium.
Such terms shall be endorsed onto ENGINEER's insurance policies.
Notice shall be sent to the respective Department Director (by
name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas
76102.
(e) Insurers for all policies must be authorized to do business in the
state of Texas or be otherwise approved by the CITY; and, such
insurers shall be acceptable to the CITY in terms of their financial
strength and solvency.
(f) Deductible limits, or self insured retentions, affecting insurance
required herein shall be acceptable to the CITY in its sole discretion;
and, in lieu of traditional insurance, any alternative coverage
maintained through insurance pools or risk retention groups must be
also approved. Dedicated financial resources or letters of credit may
also be acceptable to the City.
(g) Applicable policies shall each be endorsed with a waiver of
subrogation in favor of the CITY as respects the PROJECT.
(h) The City shall be entitled, upon its request and without incurring
expense, to review the ENGINEER's insurance policies including
endorsements thereto and, at the CITY's discretion, the ENGINEER
may be required to provide proof of insurance premium payments.
(i) The Commercial General Liability insurance policy shall have no
exclusions by endorsements unless the CITY approves such
exclusions.
The Professional Liability insurance policy, if written on a claims
made basis shall be maintained by the ENGINEER for a minimum
two (2) year period subsequent to the term of the respective
PROJECT contract with the CITY unless such coverage is provided
the ENGINEER on an occurrence basis.
(k) The CITY shall not be responsible for the direct payment of any
insurance premiums required by this agreement. It is understood
that insurance cost is an allowable component of ENGINEER's
overhead.
(1) All insurance required in section K., except for the Professional
Liability insurance policy, shall be written on an occurrence basis in
order to be approved by the CITY.
(m) Subconsultants to the ENGINEER shall be required by the
ENGINEER to maintain the same or reasonably equivalent
insurance coverage as required for the ENGINEER. When
subconsultants maintain insurance coverage, ENGINEER shall
provide CITY with documentation thereof on a certifi cate of
insurance. Notwithstanding anything to the contrary contained
herein, in the event a subconsultants insurance coverage is
canceled or terminated, such cancellation or termination shall not
constitute a breach by ENGINEER of the Agreement.
L. Independent Consultant
The ENGINEER agrees to perform all services as an independent consultant and
not as a subcontractor, agent, or employee of the CITY.
M. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts of interest or potential conflicts of interest, including
personal financial interest, direct or indirect, in property abutting 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 ENGINEER
will, if requested, assist the CITY in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
O. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the ENGINEER
should have been aware of at the time this Agreement was executed, the
ENGINEER shall revise plans and specifications, as required, at its own cost and
expense. However, if design changes are required due to the changes in the
permitting authorities' published design criteria and/or practice standards criteria
which are published after the date of this Agreement which the ENGINEER Gould
not have been reasonably aware of, the ENGINEER shall notify the CITY of such
changes and an adjustment in compensation will be made through an amendment
to this AGREEMENT.
Article V
Obligations of the City
Amendments to Article V, if any, are included in Attachment D.
A. City-Furnished Data
The CITY will make available to the ENGINEER all technical data in the CIlys
possession relating to the ENGINEER's services on the PROJECT. The
ENGINEER may rely upon the accuracy, timeliness, and completeness of the
information provided by the CITY.
B. Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for the
ENGINEER's performance of its services and will provide labor and safety
equipment as required by the ENGINEER for such access. The CITY will perform,
at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CIT'rs facilities as may be required in connection with the
ENGINEER's services. The CITY will be responsible for all acts of the Cllys
personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange,
and pay for all advertisements for bids; permits and licenses required by local,
state, or federal authorities; and land, easements, rights-of-way, and access
necessary for the ENGINEER's services or PROJECT construction.
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and financial advisors, and other
consultants as the CITY deems appropriate; and render in writing decisions
required by the CITY in a timely manner in accordance with the project schedule in
Attachment A.
E. Prompt Notice
The CITY will give prompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or timing of
the ENGINEER's services or of any defect in the work of the ENGINEER or
construction contractors.
F. Asbestos or Hazardous Substances and Indemnification
(1) To the maximum extent permitted by law, the CITY will indemnify and
release ENGINEER and its officers, employees, and subcontractors from all
claims, damages, losses, and costs, including, but not limited to, attome)(s
fees and litigation expenses arising out of or relating to the presence,
discharge, release, or escape of hazardous substances, contaminants, or
asbestos on or from the PROJECT. Nothing contained herein shall be
construed to require the CITY to levy, assess or collect any tax to fund this
indemnification.
(2) The indemnification and release required above shall not apply in the event
the discharge, release or escape of hazardous substances, contaminants,
or asbestos is a result of ENGINEER'S negligence or if such hazardous
substance, contaminant or asbestos is brought onto the PROJECT by
ENGINEER.
G. Contractor Indemnification and Claims
The CITY agrees to include in all construction contracts the provisions of Article
IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions
providing contractor indemnification of the CITY and the ENGINEER for
contractors 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.
1. CI '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 D.
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 C sole risk. The final designs, drawings, specifications and
documents shall be owned by the CITY.
CF Force Majeure
The ENGINEER is not responsible for damages or delay in performance caused
by acts of God, strikes, lockouts, accidents, or other events beyond the control of
the ENGINEER.
D. Termination
(1) This AGREEMENT may be terminated only by the City for convenience on
30 days'written notice. This AGREEMENT may be terminated by either the
CITY or the ENGINEER for cause if either party fails substantially to
perform through no fault of the other and does not commence correction of
such nonperformance with 5 days of written notice and diligently complete
the correction thereafter.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a.) Cost of reproduction of partial or complete studies, plans,
specifications or other forms of ENGINEER'S work product;
b.) Out-of-pocket expenses for purchasing storage containers,
microfilm, electronic data files, and other data storage supplies or services;
c.) The time requirements for the ENGINEER'S personnel to document
the work underway at the time the CITY'S termination for convenience so
that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will submit
to the CITY an itemized statement of all termination expenses. The CITY'S
approval will be obtained in writing prior to proceeding with termination services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER for the
convenience of the CITY. In the event of such suspension, delay, or interruption,
an equitable adjustment in the PROJECT's schedule, commitment and cost of the
ENGINEER's personnel and subcontractors, and ENGINEER's compensation will
be made.
F. Indemnification
(1) The ENGINEER agrees to indemnify and defend the CITY from any loss,
cost, or expense claimed by third parties for property damage and bodily
injury, including death, caused solely by the negligence or willful misconduct
of the ENGINEER, its employees, officers, and subcontractors in
connection with the PROJECT.
(2) If the negligence or willful misconduct of both the ENGINEER and the CITY
(or a person identified above for whom each is liable) is a cause of such
damage or injury, the loss, cost, or expense shall be shared between the
ENGINEER and the CITY in proportion to their relative degrees of
negligence or willful misconduct as determined pursuant to T.C.P. & R.
Code, section 33.011(4) (Vernon Supplement 1996).
G. Assignment
Neither party will assign all or any part of this AGREEMENT without the prior
written consent of the other party.
H. Interpretation
Limitations on liability and indemnities in this AGREEMENT are business
understandings between the parties and shall apply to all the different theories of
recovery, including breach of contract or warranty, tort including negligence, strict
or statutory liability, or any other cause of action, except for willful misconduct or
gross negligence for limitations of liability and sole negligence for indemnification.
Parties mean the CITY and the ENGINEER, and their officers, employees, agents,
and subcontractors.
1. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT, its
interpretation and performance, and any other claims related to it. The venue for
any litigation related to this AGREEMENT shall be Tarrant County, Texas.
J. Alternate Dispute Resolution
(1) All claims, disputes, and other matters in question between the CITY and
ENGINEER arising out of, or in connection with this Agreement or the
PROJECT, or any breach of any obligation or duty of CITY or ENGINEER
hereunder, will be submitted to mediation. If mediation is unsuccessful, the
claim, dispute or other matter in question shall be submitted to arbitration if
both parties acting reasonably agree that the amount of the dispute is likely
to be less than $50,000, exclusive of attorney's fees, costs and expenses.
Arbitration shall be in accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association or other applicable rules of
the Association then in effect. Any award rendered by the arbitrators less
than $50,000, exclusive of attorney's fees, costs and expenses, will be final,
judgment may be entered thereon in any court having jurisdiction, and will
not be subject to appeal or modification except to the extent permitted by
Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and
11).
(2) Any award greater than $50,000, exclusive of attorneys fees, costs and
expenses, may be litigated by either party on a de nova basis. The award
shall become final ninety(90) days from the date same is issued. If litigation
is filed by either party within said ninety (90) day period, the award shall
become null and void and shall not be used by either party for any purpose
in the litigation.
K. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any reason to
be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or
unenforceability will not affect any other provision, and this AGREEMENT shall be
construed as if such invalid, illegal, or unenforceable provision had never been
contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VIJ shall survive
termination of this AGREEMENT for any cause.
L. Observe and Comply
ENGINEER shall at all times observe and comply with all federal and State laws
and regulations and with all City ordinances and regulations which in any way
affect this AGREEMENT and the work hereunder, and shall observe and comply
with all orders, laws ordinances and regulations which may exist or may be
enacted later by governing bodies having jurisdiction or authority for such
enactment. No plea of misunderstanding or ignorance thereof shall be considered.
ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its
officers, agents and employees from and against all claims or liability arising out of
the violation of any such order, law, ordinance, or regulation, whether it be by itself
or its employees.
Article V11
Attachments, Schedules, and Signatures
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, supersedes all prior written or oral understandings, and may only
be changed by a written amendment executed by both parties. The following
attachments and schedules are hereby made a part of this AGREEMENT:
Attachment A- Scope of Services
Attachment B—Compensation
Attachment C - Schedule
1L
EXECUTED in the City of Fort Worth, this Le�day of Z641�� , A.D. 2002
04
ATTEST: CITY OF FORT WORTH
j�
BY:
B
A
wer- ridgette-da- r-re—fttt`
,4,:5s4.City Secretary Acting Assistant City Manager
APPROVED AS TO FORM
AND LEGALITY
01
By: By:
Assistant City A orney Dale A. Fisseler, P.It.
Director, Water Department
ATTEST: KIMLEY-HORN AND
ASSOCIATES, INC.
Charles M. Staples, P.E. Glenn A. Gary, P.E.
Senior Vice President Vice President
I
Contract Authorization
k,
z L
Date
ATTACHMENT "All
General Scope of Services
I. BASIC SERVICES
The scope of services is for the Water Distribution System Improvements in the Medical
District. The project generally consists of field investigation, updating mapping, performing
water system analysis, preparing a report with recommendations for improvements, preparing
standard operating procedures, preparing construction contract documents and assist the CITY
during bidding.
The study area for the Water Distribution System Improvements in the Medical District is
bound by:
• Vickery Blvd
• Burlington Northern Santa Fe Railroad
• Allen Street and Allen Avenue
• 1-35W
The total study area of the PROJECT consists of approximately 1,500 acres. This area was
originally developed as residential with supporting commercial land uses. The health care
industry has continued to grow in this area being the primary source of redevelopment. The
study shall include the water service needs of the following medical facilities:
• All Saints Episcopal Hospital
• Cook Children's Medical Center
• Harris Methodist Hospital
• John Peter Smith (JPS) Hospital (also includes St. Joseph's old facilities).
• Plaza Medical Center
• Texas Health Choice Hospital
• Kindred Hospital
• Other ancillary facilities as follows:
- Dialysis Associates (Dialysis Centers)
- Trinity Dialysis Center (Dialysis Centers)
- Tarrant Dialysis Center (Dialysis Centers)
- Fort Worth Surgery Center (Clinic)
- The Clinic for Special Surgery (Clinic)
- Medical Centre Surgicare (Clinic)
- Kent's Nursing Center (Assisted Living)
- Sycamore Care Center (Assisted Living)
- The Gardens Care Center (Assisted Living)
- Homes of Parker Commons (Assisted Living)
- Westchester Plaza Assisted Living (Assisted Living)
1 of 18
The project will be divided into six tasks:
• Task I - Data Collection and Field Investigation
• Task 2 - Mapping
• Task 3 - Analysis and Evaluation
• Task 4 - Reports and Communication
• Task 5 - Standard Operation Procedures
• Task 6 - Water Infrastructure Design and Bidding
Task 1 - Data Collection and Field Investigation
This task includes gathering information and facilitating input from the CITY and
stakeholders in order to gain sufficient data to identify water system issues in the Medical
District. The data collection and field investigation phase will include the following:
A. City of Fort Worth Data Collection
The CITY will be responsible for making information available to the ENGINEER for
review and reproduction. The ENGINEER will prepare a data collection log that
includes data collection request, date of request, date obtained and data collection items
that remain outstanding. The scope for data collection is as follows:
1. City Contacts - The CITY shall provide the organizational structure for the
CITY's project team.
2. Planning Guidelines - The CITY shall identify and provide access to
planning guidelines for pressure, demand, and pressure plane elevations as
used in the most recent water system master plans, impact fee reports, or
other Fort Worth water system planning reports.
3. Comprehensive Plans - The CITY shall identify and provide access to
current comprehensive plans affecting the study area, such as the Fort Worth
Comprehensive Plan and the Fort Worth South Redevelopment Plan,
specifically pertaining to land use plans and area redevelopment plans.
4. Record Drawings - The CITY shall identify and provide available record
drawings related to infrastructure improvements within the study area for
completed water rehabilitation or improvement projects, as well as any
roadway, sewer, or storm sewer that require water line replacement or
relocation improvements projects.
5. Maps - The CITY shall assist ENGINEER in acquiring the CITY's existing
digital maps. Maps should include the following:
a. Block or R.O.W. maps.
2 of 18
b. Utility maps. (water, sewer and storm sewer)
c. Contour maps with contour intervals of 5 feet based on the source data
available from the CITY. Contour intervals shall not be greater than 10-
feet.
d. Most recent aerial photography of the study area that the CITY currently
possesses.
6. Metering from Facilities - The CITY shall provide any historical water
consumption data available regarding metering of the medical facilities
within the study area. Data shall be monthly consumption for one year.
The ENGINEER shall provide the CITY with a list of meters and the
location where data is to be obtained.
7. Street/Roadway/Transportation Improvements - The CITY shall provide a
list of completed, in progress and planned (next 2 years) Street/Roadway
reconstruction, or overlay projects. The information should contain the date
of completion or projected start date for all locations within or adjacent to all
study areas.
8. Water Main Breaks - The CITY shall provide any historical information on
water main breaks in the study areas. The location, water line size, water
line material, and the nature of the break shall be provided for each instance.
The CITY shall provide this data in a digital data base format.
9. Flow and Pressure Data - The CITY will provide existing pressure recorder
and flow data for the study area. Data should be generally provided on
either 24 hour or 7 day circular charts.
10.Water System Improvements - The CITY shall provide a list of completed,
in progress, and planned (next 2-5 years) water system improvement and
rehabilitation projects within the study areas. The CITY shall provide the
nature of the project and completion date for completed projects or the
projected construction start date for planned projects.
11.Previous Studies - The CITY will identify and provide access to any results
of previous in-house or consultant studies of the study area.
12. Fire Protection - The CITY shall identify the CITY's fire code requirements
for the building classifications within the Medical District Study Area. The
CITY shall provide access to any requirements that are specific only to the
CITY,
13.Applicable Codes - The CITY will identify applicable codes, such as
building mechanical and electric codes. The CITY will provide access to
any code requirements that are specific only to the CITY.
3 of 18
14.Pumping Data - The CITY shall provide pumping data from the Holly,
Eastside, Northside, Westside, Southside, and Southside 11 Pump Stations.
Pumping data shall include flow and total dynamic head, in hourly
increments, for the seven (7) days surrounding the peak day demand of the
years 2000 and 2001.
15.Tank Data - The CITY shall provide tank level data from the Como,
Seminary Hill, Southside, Northside, and Altamesa storage facilities. Data
shall include tank levels, in hourly increments, for the seven (7) days
surrounding the peak day demand for the years 2000 and 2001.
16.Services provided by the CITY shall include meeting with ENGINEER and
providing personnel contacts to conduct data collection scope. The CITY
shall provide information specifically identified to be provided by the CITY.
17.Modeling - The CITY shall provide a copy of the CITY's Water
Distribution Model for the Holly and Southside 11 Pressure Planes.
18.Deliverables
a. The ENGINEER will provide the CITY an updated Data Collection Log
every week until data collection is completed.
B. Medical District Data Collection
This task includes conducting meetings with each of the Medical District campus
facilities to facilitate the scope for data collection, which includes the following:
1. The ENGINEER will prepare for and attend one public meeting for the
entire study area. The meeting shall introduce the scope of the project and
allow for public comment. The ENGINEER shall provide the CITY with
information for advertisement. The CITY is responsible for advertisement
and providing a location for the meeting. The ENGINEER shall provide
one (1) overall exhibit, with twenty-five (25) 11" x 17" copies of the same
exhibit, that define the study area and the scope of the project. ENGINEER
will prepare a two to three slide power point presentation as an introduction
for the meeting. Two representatives from the ENGINEER will attend the
meeting.
2. Information gathering workshops - The ENGINEER will prepare for and
will facilitate workshop meetings to facilitate gathering of information from
the seven Medical District facilities. Meetings will include ENGINEER
project team, representative from the CITY, and stakeholder from each
medical facility listed earlier. The ENGINEER will provide the same
overall exhibit, prepared for the above public meeting, and five (5) 11" X
17" copies of the same exhibit, as well as a data request letter as stated in
the subsequent section to present at each facility workshop. Individualized
exhibits for each facility are not included in this Scope of Service.
4 of 18
Preparation of such will be considered Additional Services. The CITY shall
be responsible for arranging the meeting, initial contact with medical facility
stakeholders and participating in meetings. The ENGINEER will prepare
and distribute meeting notes from the meetings. The ENGINEER will
attend one (1) meeting for each of the Medical District facilities for a total of
seven (7) information gathering meetings.
3. Meeting preparation - the ENGINEER will prepare a letter requesting a
meeting with each of the Medical District facilities. The letter request will
include a description of the project, the intent of the project and a list of data
needed to complete the project. The ENGINEER will also create a data log
to verify data collection. The ENGINEER will rely on information provided
by each medical facility. Information to be provided by each of the Medical
Facilities, if available, includes:
a. Water service connection size and location. This shall include all
domestic, fire and irrigation services.
b. Type of pressure maintenancelbooster facilities for each multi-story
building and should include both domestic and fire systems. Information
should include size and location of system.
c. Project Facility Growth - Each facility shall provide its projected growth
and future water needs, including any new meter locations to the
ENGINEER. If a facility fails to provide this data, the information shall
be provided by the CITY. Calculation for projected growth and water
demands by the ENGINEER shall be Additional Services.
d. Historical Problems - Collect information on historical water service
problems including low pressure, temporary loss of service, water
quality problems, and lack of fire protection capacity.
4. Services provided by the CITY include coordination with Medical District
Facilities to setup meeting dates and locations. The CITY shall provide
CITY personnel to attend all meetings.
5. Deliverables
a. The ENGINEER shall provide a letter request for each Medical District
facility.
b. The ENGINEER shall produce one (1) 24" x 36" exhibit and a total of
sixty (60) 11" x 17" copies of same exhibit for use at the public meeting
and the information-gathering workshops.
5
oft
C. Water System Field Investigation
Water system field investigation shall include an on-site observation of the identified
existing water system infrastructure that includes verifying the location of existing
water system infrastructure as well as infrastructure within the facilities of each of the
medical district facility campuses. The ENGINEER will team with the CITY personnel
to review existing maps and to conduct the field investigations. This team will
determine valve, hydrant, and line locations and identify areas where water system
infrastructure is different than indicated on existing City of Fort Worth water utility
maps. All information will be recorded on aerial photography provided by the CITY,
which will be relative to streets and other ground information. The CITY will provide
personnel who are familiar with the study area for verification of data including street-
by-street visual inspection. Identification of the water system infrastructure will be
divided into the following three (3) categories:
• Medical Facility Campus
• Ancillary Medical Facilities
• Transmission Infrastructure (12-inch and larger water lines)
Prior to beginning the field investigation, the ENGINEER will review existing data that
has been collected from the previous phase to identify critical areas of focus for the
field investigation. The following components will comprise the field investigation:
1. Water System Infrastructure
a. Medical Facility Campuses
Medical facility campus areas will include pertinent water system
infrastructure within and adjacent to each of the seven (7) medical
facility campuses. The total length of water lines surrounding these
campuses is approximately 55,000 LF. The medical campus facility
portion of the field investigation is projected to be conducted at a rate of
7,500 LF per day. For field investigation, water valve inventory and
operation reports shall be created. The investigation will include the
recording of the location of water lines, meters, valves, and hydrants.
Waterlines will be located based on the location of valve covers and any
street repairs that may be associated with main break repairs. The size
of the water lines will be recorded as shown on the existing water maps,
unless field observation yields conflicting information. Any such
conflicts will be noted by the ENGINEER, but will be the responsibility
of the CITY to resolve. The water line material will also be verified
when possible from main break history, if necessary, to assist in
diagnosing system problems. Information that will be gathered includes
valve location and fire hydrant locations, which will be identified as part
of the field investigation.
6 of 18
b. Ancillary Facilities
Ancillary areas will include pertinent water system infrastructure within
and adjacent to each ancillary area identified in Section 1, such as
dialysis centers and assisted care institutions. Three (3) dialysis centers,
five (5) assisted living centers, and three (3) medical clinics have been
identified for investigation. The ancillary facility portion of the field
investigation is projected to be conducted at a rate of approximately 4
facilities per day. This field investigation will only include the
evaluation of water lines. The water lines, valves, and hydrants will be
recorded as shown on the existing water maps, unless field observation
yields conflicting information. Any such conflicts will be noted by the
ENGINEER, but will be the responsibility of the CITY to resolve. The
water line material will also be verified when possible from main break
history, if necessary, to assist in diagnosing system problems.
c. Transmission Facilities
Transmission facilities will include water lines 12-inches in diameter and
greater. The ENGINEER has identified approximately 60,000 LF of
transmission facilities within the study area. Although these transmission
facilities are a critical component of the water system, they will not be
the primary focus of the investigation. The transmission portion of the
field investigation is projected to be conducted at a rate of approximately
10,000 LF per day. Information that will be obtained will include
verification of water line locations relative to the existing water maps.
The size of the water lines will be recorded as shown on the existing
water maps, unless field observation yields conflicting information. Any
such conflicts will be noted by the ENGINEER, but will be the
responsibility of the CITY to resolve. The water line material will also
be verified when possible from main break history, and as necessary to
assist in diagnosing system problems. Valve and fire hydrant locations
will be noted, as well as the existing pressure plane boundary as
identified by CITY personnel.
2. Pressure and Flow Tests
Additional pressure and flow testing is likely to be necessary in certain areas
within the study area. The CITY is responsible for providing personnel to
conduct these tests at locations designated by the ENGINEER. Pressure
data should be recorded on either 24 hour or 7 day circular charts. The
CITY will be responsible for providing system operational data during the
time that the pressure monitoring is taking place, and such data shall include
ground and elevated storage tank levels, as well as flow and pressure data
for the pump stations.
7 of 18
3. Catalog and Digital Photographs
The ENGINEER will log information collected from the water system field
investigation and file in a catalog system developed for the project. Digital
photographs will be taken of identified components that will be included in
the catalog files.
4. Services provided by the CITY - The CITY shall provide personnel for field
investigation who are familiar with the distribution system in study area.
The CITY shall provide personnel to operate valves. The ENGINEER shall
not operate any valves. The CITY shall also provide personnel to perform
flow test and pressure monitoring.
5. Deliverables - There are no deliverables for this task.
6. Meetings - The ENGINEER shall prepare for and attend one (1) progress
meeting to be conducted during the field investigation.
D. Medical Campus and Ancillary Facility Field Investigation
Field investigation of the medical campus and ancillary facilities will include
verification of internal campus piping, meters, and appurtenances.
1. The ENGINEER will first review the data collected from each of the seven
(7) campuses to identify any potential focus areas. Typical investigation will
consist of the verification of domestic and fire meter layouts, as well as
backflow prevention and pressure maintenance methods. ENGINEER will
also verify the identification of essential and non-essential services as
provided by the medical facility personnel within each campus. The
ENGINEER will also identify boilers and evaporators as provided by
medical facility personnel. ENGINEER will coordinate with campus
personnel to facilitate pressure monitoring. ENGINEER will log
information collected from the medical campus facility field investigation
and file in a catalog system developed for the project. Photographs will be
taken in the field of critical components that will be included in the catalog
files.
2. The ENGINEER will review the data collected from each of the eleven (11)
identified ancillary medical facilities to identify additional focus areas. The
ENGINEER will visit with appropriate ancillary facilities to collect addition
data and to identify additional focus are for the analysis. Typical
investigation will consist of the verifi cation of meter layouts, as well as
backflow prevention and pressure maintenance methods. ENGINEER will
log information collected from the ancillary facility field investigation and
file in a catalog system developed for the project. Photographs will be taken
in the field of critical components that will be included in the catalog files.
8 of 18
3. Services provided by the CITY - The CITY shall provide personnel to visit
each Medical District Campus Facilities with the ENGINEER.
4. Deliverables - There are no deliverables for this task.
5. Meetings - There are no meetings associated with this Task.
Task 2 - Mapping
This task includes the assimilation, organization and documentation of mapping information
gathered in Task - I Data Collection and Field Investigation. The task also includes the
production of water system maps, which include aerial photography as provided by the
CITY, transmission lines, distribution lines, valves, hydrants, service lines to Medical
District facilities, meter facilities, and major building outlines in the seven Medical District
campuses. The mapping update scope includes the following:
A. Preliminary Mapping for Field Investigation
1. Coordinate mapping system to match CITY map grid system. Define
additional grid system for more detailed areas, such as around the Medical
District campuses.
2. Transfer existing CITY water system data onto aerial photography provided
by the CITY.
3. Create I I"xl7" preliminary water system maps of the medical district for
initial field investigation.
B. Field Investigation and Map Adjustments
1. As field investigation is complete, data will be organized and cataloged by
grid map for input into new system maps and for future reference.
2. Based on cataloged field reports, the attributes (water lines, valves, fire
hydrants, meter vaults) will be adjusted and reconciled on each grid map as
necessary. Hydrants and valves shall be mapped in relation to nearest
physical object visible on aerial photo. No dimensional accuracy is required
to be provided by the ENGINEER. ENGINEER will provide up to three (3)
detail sketches of service connections for each facility. These sketches will
be provided as an insert at an enlarged scale on the existing maps.
C. Final System Maps
Create draft format of final map sheets for CITY review and approval.
Based on approximate area of study boundary, the sheet count based on
sheet size and drawing scale will be six (6) 11"x 17" sheets at a scale of
V=4W.
9 oft
a. Revise sheet format and size based on CITY comments.
b. Finalize medical district maps for CITY review and comments.
D. Deliverables
a. One digital copy of map information.
b. One set of I I x 17 sheets at I"=400'.
E. Meetings — The ENGINEER will prepare for and conduct one (1) progress meeting
during this task.
Task 3 - Analysis and Evaluation
This task includes the analysis of the water system to determine its ability to provide a
reliable water source. The analysis will also provide recommendations to improve existing
reliability and to provide guidelines for improvements to sustain reliability as growth
continues in the area. The water system analysis will be performed in two sections:
Pressure Plane Water System Infrastructure
• Medical District Campus Facility Infrastructure
A. Pressure Plane and Study Area Water System Infrastructure
The pressure plane and study area water system infrastructure consists of an analysis of
the water system's capability within the Holly and Southside 11 pressure planes to
provide adequate capacity and reliability to the study area. The water system
infrastructure to be analyzed includes pumping, ground storage, elevated storage and
transmission. Analysis of these components is not for the purpose of providing a
master plan for the entire Holly and Southside 11 pressure plane, but to evaluate the
relationship of each pressure plane's components and its function in serving the Medical
District Study Area. The analysis of the pressure plane and study area infrastructure
components includes the following:
I. Develop design criteria for pressure pumping, storage and transmission.
Criteria for the Water System Master Plan and the 2001 Fort Worth
Distribution Manual will be used.
2. Preparation of pressure plane model. The ENGINEER will convert the
CITY's 1998 Water Distribution Model for the Holly and Southside 11
pressure planes into the ENGINEER's current modeling software. The
ENGINEER may rely on the data associated with the 1998 Water
Distribution Model for water main sizes as updated by this study or provided
by CITY, elevation and demand distribution. The ENGINEER will add 12-
inch and larger water lines within the identified study area that are not
10 of 18
contained in the CITY'S model and are verified in the field investigation.
The ENGINEER may also elect to include smaller than 12-inch lines, if they
complete loops within the Study Area or they are adjacent to a Medical
facility. The ENGINEER may scale the demand data uniformly in
accordance with the data associated with the 2000 and 2001 pumping and
storage data. The ENGINEER may also adjust the demand of the Medical
District Facilities based on 2001 meter data.
3. The ENGINEER will prepare 5, 10 and 20 year projections based on the
information provided in Data Collection and the established design criteria.
4. Preparation of an exhibit locating pumping, storage and transmission
infrastructure for the Southside 11 and the Holly pressure planes.
5. Evaluate pumping, storage and transmission facilities' role in serving the
Medical District's study area for the Holly and Southside 11 pressure planes.
6. Evaluate pumping, storage and transmission reliability and redundancy.
Identify critical infrastructure for providing service to the medical district
study area. Evaluate alternate means of providing service if critical
infrastructure components are out of service during an emergency condition
or a planned condition.
7. Evaluate location of the existing pressure plane boundary. Make a
recommendation for any relocation of boundary. Any analysis or
recommendations associated with relocation of infrastructure related to
changing the pressure plane boundary is not a part of this Scope of Services
and will be Additional Services.
8. Evaluate interconnection between Holly and Southside 11 pressure planes.
Provide recommendation for additional interconnection between pressure
planes to increase redundancy.
9. Evaluate documented customer complaints and determine sources and
potential causes of complaints.
10.Evaluate system's ability for any given transmission segment to be out of
service and to continue to provide reliable service to the medical facilities.
11.Evaluate the need to provide elevated storage within the medical district
planning area.
12.The ENGINEER will make recommendation for improvements including
new transmission mains, insertion of valves, and elevated storage. The
ENGINEER will identify improvements that relieve existing deficiencies as
well as improvements that provide for future growth.
It of 18
13.Prepare cost projection of recommended improvements and recommend
schedule for improvements to be in service.
14. Deliverables - There are no deliverables as part of this section.
15. Meetings - The ENGINEER shall prepare for and attend one (1) progress
meeting.
16. Services provided by the CITY - Attend progress meetings.
B. Medical District Campus Facility Infrastructure
The Medical District campus facility infrastructure involves evaluating the Medical
District facility connections to the distribution system for domestic, fire and irrigation
services. This evaluation shall include:
1. Establishment of design criteria for each facility, including function that is
categorized as essential and non-essential, minimum pressures for pressure
maintenance facilities within each Medical District facility to operate
properly.
2. Incorporate 5 and 10 year demand projections as provided by facilities or the
CITY.
3. Evaluate service, size and connectivity for each Medical District facility.
4. Evaluate the need for monitoring equipment and integration to the Fort
Worth SCADA system for essential services.
5. Provide recommendations for improvements to meet deficiencies as
established by the design criteria and improvements to allow for future
growth of the facility.
6. Provide recommendations for improvements to meet deficiencies established
by design criteria and improvements to allow for growth of the Ancillary
Facilities.
7. Services provided by CITY - Review draft report and provide comments,
attend meetings, and provide coordination for comments from Medical
District facility stakeholders.
1 2 of 18
Task 4 - Report and Communication
This task includes the preparation of the final report, exhibits and presentation to the
stakeholders, and communication updates through the duration of the PROJECT.
A. Report
The report will summarize results for the study area and provide exhibits with
recommended improvements. The report will contain the following sections:
1. Executive Summary
2. Introduction
3. Study Area Characteristics
4. Methodology and Design Criteria
a. System Wide Components
b. Medical District Facility Components
S. Analysis and Evaluation
a. System Wide Components
b. Medical District Facility Components
6. Recommendations and Cost Projection
7. Exhibits
a. Existing Pressure Plane and Study Area infrastructure for the Holly and
Southside 11 pressure plane.
b. Proposed Pressure Plane and Study Area infrastructure for the Holly and
Southside 11 pressure plane.
c, Existing Medical District Campus Facility infrastructure.
d. Proposed Medical District Campus Facility infrastructure.
S. Deliverables
a. Draft Report - Deliver 10 copies of the report for the CITY to review.
13 of 18
b. Final Report - Deliver 15 copies of the final report for the CITY to
review.
c. Meeting notes.
9. Services provided by CITY - Review draft report and provide comments,
attend meetings, and provide coordination for comments from Medical
District facility stakeholders.
B. Report Presentation
1. Solution Meetings - ENGINEER will conduct one public meeting to
summarize the issues and concerns gathered in the information gathering
workshop and present recommended solutions for incorporation in the study.
Conducting this meeting will involve holding a preliminary planning
meeting; preparing exhibits, an electronic presentation, and agendas and
handouts; and documenting comments.
C. Status Reports
1. The ENGINEER will develop a standard (monthly) report to keep program
stakeholders informed. This communication will be delivered via email in a
professional looking format and will include status updates, the program
schedule, and other pertinent information. Developing this status report will
involve creating a template and schedule, gathering information monthly,
and reviewing with the CITY.
Task 5 - Standard Operation Procedures
The ENGINEER will create a Standard Operating Procedure (SOP) Manual that will
provide general guidelines when a portion of the system is shut down for emergencies,
construction, or scheduled maintenance. The Manual will contain a section for each
medical district facility. Each section shall include the following:
A. Communication Plan - This involves key personnel of the CITY and with the Medical
District facilities that should be contacted in the event that a change has occurred or is
planned to occur in the Medical District area.
B. Schematic of Medical District services and valving plans for switch over. A maximum
of six (6) schematics will be provided.
C. Schematics of location to shut down transmission lines and to switch of Medical
Facility services.
D. Deliverables
14 of 18
1. 5 copies of complete draft of SOP for CITY review.
2. 3 copies of appropriate draft section to be delivered to each medical district
facility for review.
3. 5 copies of Final SOP
4. 3 copies of appropriate Final SOP section to be distributed to medical
facilities.
F. Meetings - ENGINEER will meet with the CITY to present SOP and receive comments
from the CITY.
G. Services provided by the CITY include review of draft SOP and providing coordination
with each of the Medical District facilities to provide facilities feedback.
Task 6 - Water Infrastructure Design and Bidding
A. Water Main Extension
The water system design components have not been identified at this time. For the
purpose of providing the scope of services, design of approximately 15,000 feet of
water line has been included. This is also assumed to be bid in three separate phases.
Once the actual improvements are specified then the actual scope of services may be
modified.
1. Coordination with utilities within City ROW or Easement.
a. Telephone
b. City of Fort Worth Utilities
c. Electric Utilities
d. Cable Television
e. Gas Utilities
f. Other franchise utilities
2. Conduct topographical survey (Prepared by MWBE).
3. Engineering plans, specifications, and construction contract documents
prepared in accordance with an approved route and for project bidding and
regulatory approval. One set of bidding documents will be prepared for the
identified improvements. Plans shall consist of 22"x 34" plan sheets at a
s of 1"=40' horizontal for water lines smaller than 12-inch. Profiles
15 of 18
will be included on water lines 12-inches and larger and shall be at a V=4'
vertical scale. Specifications shall include technical specifications for
materials and installation of the proposed facilities. The contract documents
shall be based upon City of Fort Worth Water Department Standard
Contracts.
4. Submit, per bid set, to the CITY 95% complete plans, specifications,
contract documents, and Opinion of Probable Construction Cost for review
and comments.
5. Attend one meeting per bid set to present 95% design and deliverables.
6. Attend one meeting to discuss CITY comments per bid set.
7. Make submittals to the franchise utility companies per bid set.
8. Make revisions based on the CITY's review.
9. Services provided by CITY.
a. Review and comment on Final Design
10.Deliverables per bid set
a. 3 - copies of the 95% Construction Plans and Specifications
b. 3 - copies of the Opinion of Probable Construction Cost
c. 3 - copies of a letter addressing CITY comments
d. 3 - copies of Final Construction Plans and Specification
B. Advertise/Bid Phase Services
The ENGINEER will provide the following professional services:
1. Prepare a Notice to Bidders for publication by the CITY. The CITY shall
be responsible for publication of the notice. The ENGINEER shall provide
30 bound sets of bid documents for distribution to prospective contractors,
suppliers and plan rooms by the CITY for each bid.
2. Provide support to CITY staff during the bid phase of the project to pre-
qualify prospective bidders, answer questions from bidders, issue
interpretations of the contract documents and prepare necessary addenda for
the project.
3. Attend the bid opening for the project, assist in the review and tabulation of
the bids received, evaluate the apparent low bidder(s) and make a
recommendation regarding the possible award of the contract.
16 of 18
4. Prepare contract documents for execution by contractor, receive and review
such documents for completeness and forward to the CITY for review and
execution.
5. Deliverables
a. Bid tabulation
b. Recommendation of Award
c. Executable Contract Documents
d. 30 sets of bound bidding documents for each of the three projects.
11. ADDITIONAL SERVICES
Services which can not be initially identified as necessary to the project but which may be
discovered during performance are considered additional to the scope of Work for the Contract
and can be performed on an individual basis upon authorization by the CITY. Compensation for
additional Work shall be provided on the same basis as for reimbursable services unless the
engineering effort for a specific task is identified and negotiated with the CITY based on a lump
sum basis and approved by a Contract Amendment. Such services shall include:
I. Platting, computing, and filing plats or subdivisions, and related land planning
and partitioning.
2. Construction staking.
3. Preparation of property/easement acquisition documentation or contracts, deed
sketches, negotiations with property owners, and filing of documents.
4. Attendance at additional neighborhood or community meetings.
5. Revising report to reflect project scope changes requested by the CITY,
required to address changed conditions or change in direction previously
approved by the CITY, mandated by changing governmental laws, or
necessitated by the CITY's acceptance of substitutions proposed by a
Contractor.
6, Assistance to the CITY as an expert witness in negotiations, arbitration, or
litigation in connection with the project or in bearings before approving and
regulatory agencies.
7. Assistance to the CITY as an expert witness in any litigation with third parties,
arising from the development or construction of the project, including
preparation of engineering data and reports.
17 Of 18
8. Calculating Demand Projections for Medical District Facilities.
9. Additional field investigation outside of scope, including ground penetrating
radar.
10. Providing additional exhibits not listed in the Scope of Services.
11.Performing radio frequency path studies to identify feasibility of installing
CITY SCADA at each campus facility.
12.Any analysis or recommendations associated with relocation of infrastructure
related to changing the pressure plane boundary.
13.Any other services requested by the CITY.
14. Providing Construction Contract Administration Services.
P.UOW.WAWMORMMe&m1 DiUid&ud1\wop6.dm
18 of 18
ATI`ACIIMENT "B"
Compensation
I. PROFESSIONAL ENGINEERING SERVICES
For all professional engineering services included in ATTACHMENT "A", Section 1,
Basic Services of the General Scope of Services, the CITY agrees to pay the Engineer on a
reimbursable basis. The total amount of the contract shall not be exceeded without a
modification to this agreement; however, any task may be exceeded as long as the
PROJECT total is not exceeded. Recommend budgets are as follows:
Task Description Fee
Task I - Data Collection and Field Investigation $ 89,150
Task 2 - Mapping $ 28,600
Task 3 - Analysis and Evaluation $ 77,700
Task 4 - Report and Communication $ 50,150
Task 5 - Standard Operation Procedures $ 24,400
Task 6 - Water Infrastructure Design and Bidding $204,600
Total Project $474,600
11. BASIS FOR COMPENSATION
The CITY shall compensate the Engineer for the various items listed above on a
reimbursable basis, where the total contract amount may not be exceeded without an
amendment, task budget may be exceeded.
Monthly statements for reimbursable services will be based upon time directly chargeable
to the project by the various types of individuals employed by the Engineer in accordance
with the rate schedule in effect at the time of the services. Engineer may revise the rate
schedule on January I of each year. The year 2002 rate schedule is attached.
Monthly statements for reimbursable services performed by subconsultants will be based
upon the actual cost to the Engineer plus ten percent (10%).
Direct reimbursable expenses for services, such as express mail, fees, out-of town mileage
(trips in excess of 100 miles) and other direct expenses that are incurred during the
progress of the project will be billed at 1.10 times the Engineer's cost.
Ana ount equal to six percent (6%) of the Engineer's labor fee will be added to each
invoice to cover certain other direct expenses such as in-house duplicating and blueprinting,
facsimile, local mileage, telephone, postage, and word processing computer time.
1 of 2
Kimley-Horn and Associates, Inc.
Standard Rate Schedule
(Hourly Rate)
Principal $150-$170
Senior Professional $90- $135
Registered Professional $95 - $115
Professional $55 - $95
Support Staff $40- $60
Technical Support $45 -$90
Effective January 1, 2002
2 of 2
s�
w
a
N o� pp
y �
.N
�Tv
c_ o
�g P M o
M
m m� N�1
C J
w v
^m n
L Q
O � W
� � w
JQ
w
Ea
N �,Y C3(�t�C7✓3 t�; a- ��VflJ iv; � d� "3' QQd�a �n",±
ATTACHMENT ttlwl"
M/WBE Summary
Water Distribution System Improvements
in the
Medical District
Task Description Fee MIWBE %
Task I - Data Collection and Field Investigation $ 89,150 $13,500
Task 2 - Mapping $ 28,600 $12,600
Task 3 - Analysis and Evaluation $ 77,700 $0
Task 4 - Report and Communication $ 50,150 $ 1,268
Task 5 - Standard Operation Procedures $ 24,400 $ 1,265
Task 6 - Water Infrastructure Design and Bidding $204,600 $61,65
Total Project $474,600 $90,283 19%
MIWBE Subconsultant, Services Fee
Gorrondona & Associates Survey $56,250
Hugo C. Trevino & Associates Printing/Reproduction $ 7,933
Paragon Project Resources, Inc. Field Investigation $26,100
TOTAL $90,283
This attachment is provided for informational purposes only to show the projected plan to meet
the M/WBE commitment of 19%. The actual dollars paid by the ENGINEER to M/WBE
subconsultants may vary for each task as well as for each subconsultant. The subconsultants
listed are those intended for use on this project, but the actual subconsultants used may vary.
PPP'- Kimley-Horn
k1bb, and Associates, Inc.
April 1, 2002
■
Peter Fu,P.E. Site 1100
City of Fort Worth Water Department 801 Cherry Street
1000 Throckmorton For,Worth,Texas
Fort Worth,TX 76101 76102-6803
Re: Fort Worth Xledical District Water System Analysis
Dear Peter:
Kimley-Horn &Associates,Inc. is committed to complying with the City's
Minority/Women Owned Business Enterprise(MIW136 Program by intending to
utilize subcontractors for fees totaling 19 percent of the total contract fee of
$474,600. The anticipated M/WBE firms/services and the associated fees we plan to
utilize are as follows:
■ Gorrondona &Associates,Inc.
utilize their services for design survey
associated fee of$56,250
• Hugo C.Trevino&Associates,Inc.
➢ utilize their reproductive services to print the final study reports and
Standard Operating Procedures Manuals
utilize their reproductive services to print the contract documents
and plans for the three design projects
associated fee of$7,933
■ Paragon Project Resources,Inc.
utilize their services for field investigation of the project area with
City of Fort Worth Staff to verify the City's existing water maps
utilize their CAD services to update the City's water maps with
changes found during the field investigation
associate fee of$26,100
We thank you for the opportunity to work with you. If you have any questions,
please do not hesitate to call.
Very truly yours,
KIMI-EY-HORIN A"D"D ASSOCIATES, INC.
Glenn A. Gary, RE,
GAG/'IKB
Copy to: Gail Scott,City of Fort Worth _M/WBE Office
■
TEL 8'71, 335 65"?
MET 817 6'54 4266
FAX 81-1, 335 5070
ATTACHMENT 66C"
Schedule
ENGINEER will endeavor to meet the CITY's scheduling needs on this project. The
ENGINEER will complete City of Fort Worth Data Collection, Medical Campus and
Ancillary Field Investigation, Mapping, Analysis and Evaluation, Report and
Communication, and the Standard Operation as defined in Scope of Services in 240
calendar days. Since the scope of work is not determined for Water Infrastructure Design
and Bidding, the ENGINEER will prepare a schedule for design and bid prior to preparing
bidding documents for authorized improvements.
PROJECTED PROJECT SCHEDULE Kimley-Horn and Associates, Inc.
O O O O O O o O o p O O
X11 X1, O O ice m! O C
Start Date Due Date o ° vS
Wafer Distribution Improvements in the Medical District
Task s... Data Collection and Field Investigation. .... ..... ..... . . , . ... :..
City Data Collection _ . .
Kick-Off Meeting 0511312002 06!03/2002
Medical District Data Collection
Data Request Letter '05127/2002 05131/2002
Information Workshops 05127/2002 06130/2002
Collect Data 0611712002 07!15/2002 -
Water System Field Investigation _
Water System Infrastructure _
_._. _.
Campus/Ancillary Facilities 0611712002 07/31/2002 - _.
Transmission Facilities 06/30/2002 0713112002
Medical Campus Facility Infrastructure 06117/2002 07/15/2002
Task 2.__--Mapping Update
..... .._. ..._. _. .... . ..... __ ..._... .... _ ,. _ .._s
_- Preliminary Mapping 06/301/2002 _ _-- .,.. „. _ ..,. .....; ,.....'..
...... Final Ma in -__-- ...._.. __. .....0711512002 09/15/2002 ... - .... _. ....._ .. ..,.. ... _.... .. _..._.
Task 3 Analysis and Evaluation
System Wide and Study Area 0611512002 11115/2002
Medical Facilities 1010112002 : 1 111 512 0 0 2
Task 4 Report and Communication ,
Draft Report - - 1011512002 12116!2002 `
Review by City »112/16/2002 T 12/31/2002
Final Report 01102/2003 01113/2003
Solutions Meetings w/Stakeholders 0110212003 01131/2003
Task 5 Standard Operation Procedures
Draft SOP 1011512002 1211612002
- _- Review by City..... .... --- 12116/2002 » 12/31/2002
'-...._. . .. i. , ... __ .... .
_.. .... Final SOP --- ... _---'0110212003 0111312003 - - ..... _ . ._... . ........ ........ .. .......
Task,6 Water Infrastructure Design..... __..... ..... ._ _.. ... ., .. ... . .
(1)Preliminary Plans and Specifications 11115!2002 12/1612002 . . _ ,
(1)Final Plans and Specifications 12!1612002 01!1712003
(1)Bad and Award --- .... .... 01/17/2003 0310112003
. ... .... (2)Preliminary Plans and Specifications 03/01/2003 03/3112003
.... (2)Final Plans and Specifications 04!0112003 0412512003
. .._ (2)Bid and Award .... ...... 04125/2003 0610512003
(31 Preliminary Plans and Specifications 06101!2003 06/2512003 11
(3)Final Plans anti Specifications .. 0612512003 07/2612003 ( . .
.. (3)Bid and Award ..._ 0712512tt03 0910512003 _ u. _ . .
Plate: Schedule€z commencement of Water Infrastructure Desgn Lased upon projected
05107/2002
r
ATTACIDVIENT "D"
Amendments to Standard Agreement
No modification to the Standard Agreement were necessary for this project.
City of Fort Worth, Texas
Mayor and Council Communication
DATE REFERENCE NUMBER - PAGE
LOG NAME] 60KIMLEY
4/30102 **C-1 9071 11 of 2 1
SUBJECT ENGINEERING AGREEMENT WITH KIMLEY-HORN & ASSOCIATES, INC. FOR WATER
DISTRIBUTION SYSTEM IMPROVEMENTS IN THE MEDICAL DISTRICT
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute an engineering
agreement with Kimley-Horn & Associates, Inc. in the amount of $474,600 for water distribution system
improvements in the Medical District.
DISCUSSION:
The Medical District is located in an area bound on the north by IH-30, on the west by the Fort Worth
and Western Railroad (Tarantula), on the east by IH-35, and on the south by Park Place Drive and
Allen Avenue. Major institutions such as All Saints Episcopal Hospital, Cook Children's Medical Center,
Harris Methodist Hospital, John Peter Smith Hospital, and Plaza Medical Center are located within the
area, together with many ancillary facilities ranging from dialysis centers to nursing homes.
Because of the critical nature of these medical facilities and the plans to redevelop the area with
additional developments (health care, high density residential, and retail), comprehensive field
investigations, modeling, and engineering analysis of the existing water distribution system are needed
for the purpose of developing a long-term plan to upgrade the distribution system and improve service
reliability.
As part of this agreement, Kimley-Horn & Associates, Inc. will evaluate approximately 125,000 linear
feet of water lines serving the Medical District, update distribution system maps, identify weaknesses in
the system, recommend additional feeds and isolation valves required to ensure uninterrupted water
service to each health care facility, and develop phase-in-plans to meet current demand and future
developments. The engineer will evaluate the need for additional storage within the area, and identify
critical locations for transmitter installation to monitor flow and pressure fluctuations. In addition, the
engineer will design 15,000 linear feet of critical water main improvements.
This project is located in COUNCIL DISTRICTS 8 and 9.
M/WBE - Kimley-Horn & Associates, Inc. is in compliance with the City's M/WBE Ordinance by
committing to 19% M/WBE participation. The City's goal on this project is 19%.
City of Fort Worth, Texas
Mayor arO Council Communication
DATE REFERENCE NUMBER LOG NAME PAGE
4/30/02 **C-1 9071 � 60KIMLEY 1 2 of 2
SUBJECT ENGINEERING AGREEMENT WITH KIMLEY-HORN & ASSOCIATES, INC. FOR WATER
DISTRIBUTION SYSTEM IMPROVEMENTS IN THE MEDICAL DISTRICT
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of
the Water Capital Project Fund.
BG:k
I
Submitted--- AMOUNT CITY SECRETARY
Submitted for City Manager's CENTER
Office by- (to)
-----------
Bridgette GarrettlActing 6140
Originating Department Head:
Date Fisseler 821107 (from) APPROVED 04/30i02
P161 -06016114101 $474,600.00
Additional Information Contact:
L--------------