HomeMy WebLinkAboutContract 28130���� �������� ,\,
��Nif�A�l' i� , , � � f �C�J
STATE OF TEXAS §
COUNTIES OF TARRANT, §
WISE AND DENTON
KNOW ALL BY THESE PRESENTS:
f; , ' i
CONTRACT FOR PROFESSTONAL CONSULTING SERVICES
This cantract is made by �he� City of Fort Worth, Texas, a municipal corporation situated
in Tarrant, Wise, and D�nton Counfies, Texas, hereinafter called "City", and Framatome �NP
DE & S, a Texas corporation, hereinafter called "Consultanf", bo�h par�ies acti�g herein by and
through their duly authorized representatives:
1. Scope of Seraices.
. In accordance wiih
provide the services liste�
agreem�ni hereby. ,
generally accepted prof�ssiona.l standards, Consuitant agrees to
in E�hibit "A," attached hereinafter aa�d incorporated info this
2. Comt�ensation:
a. The compensation to be paid to Consultant for all services perforrned hereunder
shall be as pravided in Exhibit "A," section V. `BASZS OF COMPEN�AT�ON." City and
Cansultant agree on an annual cost not to exceed $165,242.Q0, but both parties r�cagnize thai the
amount is subject to considerable variation because the volum� oi sezvxces is contzngeut oz� the
level of private sectar activity. Consultant will provide a n.aonthly statement to Ciiy far serviees
rendered, which sha11 include a�l expenses incurred by Consultant.
b. It is uzidersiood that this Cantract contemplates the pro�ision of full and complete
consuiting services for khis project, including ar�y and a�I necessary changes or contiu�gencies to
complete �he work as outlined in Section I, "Seope af Services", for the campensation described
in Section 2,a.
3. Term. �
The ter� of this Contract is from ihe �'irst day of October 2002 through the 30th day of
September 2003, unless terminated earlier as provided herein. The cor�tract may be renev�red
upon xnutual agreemenf of the parties.
4. Tertnina�xon.
a. Ciiy may tern�i�ate this Cantract at aziy time for any cause by notice in wriizng to
Consultant. Upon the receipt oi such notice, Gonsultant shall immedi�.tely discantinue all
se�rvices and wark and �he placing of aIl orders or the eniering into contracts �or all supplies,
assistance, facili�ies and materials in cannection with the perfonmance of ihis Contz�act.
Consultant shall proceed to cancel pzomptiy all exis#ing contracts insofar as fihey are chargeable
to this Contract, If the City termina#es this Gontra.ct undez� this Section 4.a., the Ciiy shall pay
Consultant for services actually performed in accaxdance herewith prior to such termination less
such paym�nts as have been previausly made, in accordance with a fmal statement submit�ed by
Consultant docurnenting the performance af suck� work. .�.
Framatome ANP bE & S ConYract for Professional Consulting Services
�� � ��
/ �
d .
Page I
��� �
j �.
� �ctah�r l, 2002
b. In the e�ent no funds or insufficient funds are appropriated and budgeted by City
in any fiscal period for any payments due hereunder, City will notify Consultant of such
accurrence. This Cantrac� shall ternainate on the last day af the fiscal period for which
app;ropriations were received without penalty or expense to Ciiy of any kind whatsoever, except
as to the portions of the payments h�rein agreed ugon for which funds shall have been
ap�ropriated and budgeted. City has informed Consultant that, co�currently with approval of this
Contract, Ciiy will appropriate and budget 100% of the funds specified in this Contract, so that
all funds will be appropriated and budgeted p�or to the cammencement date of this Cantract.
c. Upon termination of this Contract far any reason, Consultant shall pro�ide the
City with copies of all completed or partially completed documents prepared as a deli�erable
under this Contract.
�. Amendment
City may amend this Cantract at any time in writing to Consultan�. City and Consultant
shall mutually agree upon any amendment to this Contract.
6. Indemnifcation.
a. Cansultant shall indemnify and hold Che City and its officers, agents and
employees harmless from any loss, damage, liability or expense far damage to property and
injuries, including death, to any person, including but not Iirr�ted to officers, agents ar employees
of C�nsultant �r subcontractQrs, wnich may arise out of any negligent act, error ar omission in
the performance of Consultant's prafessianal services. Consultant shall defend, at its own
e�pense, any suits or other proceedings brought against the City, its officers, agents and
employees, or any of them, resulting from such negligent act, error or amission. Cansultant shaIl
pay all expenses and satisfy all judgments which may be incurr�d by or rendered againsi t�em or
any of them in connection therewith resulting from such negligenk act, error or omissian.
7. Insurance.
a. Consultant shalI nat commence work under this Contract until it has obtained all
insurance required under this section and the City has approved suck� insurance. Nor shall
Consultant allovv any subcantractor to commence work on its subcontract until all similar
insurance of the subcontractar has been so abtained and ap�ro�+aI given �y the City.
b. Workers' Compensation Insurance. Consultant shall take out and maintain during
the life of this Contract statutory Workers' Compensation Insurance for all of its employees
performing any of the services hereunder. In case any work is sublet, Cansultant shal� require tI�e
subcontraetor similarly to provide Workers' Compensation Insurance for all af the latter's
employee� unless such employees are covered by the protection afforded by Consultant's
insurance.
c. Public Liability and Property Damage Insurance. Consultant shall take aut and
maintain during the Iife o� this Contract such public liability and property damage insurance as
shall protect Consultant and any subcontractor perfornung work covered by this Contract from
claims For personal injuries, including death, as well as from claims far property damages or
losses which may arise fram aperations under this contract, whether such operations be by
Consultant or by any snbcontractor or �y anyone directIy ar indirectly employed by either of
them. The amount of such insurance shall be as follows;
Framatome ANP DE & 5 Conuact for Professional Coasuldng 5err+ices Page 2 ��g}c�� ��, 2002
I �
.d
� ' 'i,�sti
�
(1) Public Liability Insurance. Tn an amount no less than Two Hundred Fifty
Thousand Dallars {$250,000) for injuries, including accidental death, to any one person, and
subject �o the same limit for each persan, in an arnount not less thar� Five Hundred Thausand
Dollars {$500,OOQ) on account of one accident;
(2) Property Damage Insurance. In an amount not less than Five Hundred
Thausand Dollars ($SOD,OaO};
{3) Umbrella Policy. In an amount nat less th�n One Million Dollars
($1,004,000};
d. Proof of Insurance Coverage. Consultant shall furnish the Gity with a certificate
of insurance as proo� tha� it has obta�ned for the duration oi this Contract the insurance arnounts
required herein. Consultant's insuranc� policy shall providc; that the insurer shall give the Ciiy
thirty (30} days' prior written notice befare altering, modifying ar ternunating the insurance
coverage.
�. Indeuendeni Contractar.
Cansraltant shall perfarm all work and services here�nder as an independ�nt contractor
and not as an officer, agent or emgloyee of the City. Consultant shall have exclusive control of,
and the exclusive right to control, the details of the work performed hereunder and all persans
performing same and shall be solely responsible %r the acts and omissions of its afficers, agents,
employees and subc�ntractors. Nothing herein shall be construed as creating a partnership or
jaint ventu:re between the City and the Consultant, its officers, agents, employees and
subcontractors; and the doctrine of respondent superior shall have no applica�ion as hetween the
City and the Consultant.
9. Disclosure of Conflicts.
Consultant warrants to the City of Fart Warth that it has made full disclosure in writing of
any existing or potential conflicts of int�rest related io the services to be performed hereunder.
Consultant further warrants that st will make prompt disclosure in writing of any conflicts of
interest whieh develap subsequent to the signing of this Contract.
10. Right to Audit.
Cansultan� agrees that t�e City shali, until ttie expiration of three (3) years after final
payment under this Contract, have access to and the right to examine any dir�ctly pertinent
books, documents, papers and records of t�e eonsaltant in�olving transactions relating to this
Cantract. Consultant agrees tk�at the City shall haee access during normal working hours to all
necessary Consultant facilities and shall be pro�ided adeguate and appropriate work space in
order to conduct audits in compliance with the pro�isions flf this sectian. The City shall give
Consultant reasonable advance r�otice of intended audits.
Consultant �urther agrees to include in all its subcantractox ag�reements hereund�r a
provision to the effect that the subcontraetor agrees that the City shall, ur�til the expiration of
three (3) years after final payment under the subcontract, have access to and t�e r�ght to examine
any directly pertinent books, documents, papers and recflrds of such suhcontractor in�alving
Framatome ANP DE & S Corttract for Professional Consulting 5ervices Page 3 - � -QcGob�: � s�y,�;
,,
�� , , �, ' �
i._ , �
transactions to the subcontraet. City shall have access during normal working hours to all
subcontractor facilities and shall be pro�ided adequate and appropriate work space in order to
conduet audits in compiiance with the provisions of this paragraph. City shall give subcon�ractar
reasonable advance notice of intended audits,
11. Proh'rbition of Assi�nment.
Neither party hereto shall assign, sublet ar transfer its interest herein uvithout the priar
written consent of the other party, and any attarnpted assignment, sublease or transfer of alI or
any part hereof without such prior written consent sha�l Y�e void.
1�. M/WBE Goa1s;l�Tandiscrimination.
a. Consultant acknowledges its commitment to meet or make "goad faith" effort to
meet the City of Fort Warth's goals for MinoritylWomen Business Enterprises (M/WBE)
participation in City cantracts. M/WBE participation was part of the evaluation critaria used in
the award of this Contract; therefore, faiIure to camply may result in the Consultant being
classified as nonresponsive and being barred from City work far a per�od of nat less than three
(3) years. Consultant agrees to furnish documentatson of M/WBE participation such as canceled
checks, etc., ar such evidence as may be deemed proper by the City of Fort Worth. At �he pres-
ent time this paragraph does not apply since Consultant has not nor does not plan �a retain the
services o� any subcontractors in connection vvith the performance of tlus Contract.
b. As a condition of this Contract, Consultant covenants that it will take all necessary
actions to insure that, in connection with any work under thss Contract, Cansultant, its associates
and subcontractors, will not discriminate in the treatr�tent or employment of any individual or
groups of individuals on the �rounds of race, color, religion, national origin, age, sex ar physical
handicap unrelated to �ob performance, either directly, indirectly or thraugh cantractual or other
arrangements.
13. Choice oi Law; Venue.
a. This Contract shall l�e construed in accordar�ce with the internal law of the State
of Texas.
b. Should any action, whether real or asserted, at iaw or in equity, arisa out of the
terms of this con�ract, venue far said action shall be in Tarrant County, Texas.
1�. War�ant�
a. Consultant warrants that the services to be pravided under this Cantract will be
performed by qualified personnel in a workmanlike manner consistent with generally accepted
standards and pracrices. Consultant shall reperform any service which fails to meet this warranty
within thirty (30) days after performance of such ser�ice, provided Chat written notice of any
claimed defect is given to Consultant within ten (10} calendar days from the date the defect is
detected by City. If reper�ormance is imprac�ical or impossible, then Consultant shall refund the
price paid for the nonconforming serr+ices.
b. THE WARRANTIES AND REMEDIES SET FORTH IN THI5 ARTTCLE ARE
EXCLUSIVE AND NO OTHER WARRANTY OR REMEDY OF ANY KIND, WHETHER
STATUTORY, WRTTTEN, ORAL, EXPRESS OR IlVIPLIED, INCLUDING WARRANTIES
pramatome ANP DS & S Cantract for Professional ConsulGng Services Page 4
' n�ct�� �.., �lf� i
� t
�
r, `
OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PZTRPQSE AND
WARRAN'i"�ES ARISING FROM COURSE QF DEALING OR USAGE OF TRADE, SHALL
APPLY.
1�. Lirnitation nf Liabilitv
a. Cons�ltant shall r�ot be liable whether arisrng under cantract, tort (including
negligence), strict liability, or otherwise, for loss of anticipated profits, loss by reason of glant ar
ot�er facility shutdawn, nonoperation or increased expense of operation, service interruptions,
cost of purchased or replacem�nt pawer.
16. R�,�' hts in Data and Proarietary Information
Performance of the skudy contracted for shall in no way invest City with any right in the
background data and patent rights. In no event shall City obtain any rights in or title to any of
Consultant°s data or patents, nor is there any �rant or implied grant of any license or licenses
thereunder. Proprietary infarmation of Consultant shall be only be used for purposes of Cbis
Coniract. Such informatian shall not be transferred or otherwise disclosed to any third party
without the prior written consent af Consultant. Any such approval for release, if granted by
Consultant, will be subject io agreement in writing by the transferee to maintain such infarmation
confidential, and only to use Consultant proprietary infarmation %r purpases af this Cantract.
17. Delav in Perfarmance
Consultant sha11 not be liable for any expens�, loss ar damage resulting from delay or
preventi�n af performance caused by fires, floods, Acts of God, strikes, labor disputes, labnr
shartages, inability to secure materials or equipment, fuel or other energy shartages, riots, thefts,
accidents, transportat�on delays, acts or failure to act af City, delay in obtaining Iicenses, or major
equipment breakdown, ar any other cause whatsoever, whet�er sirrular or dissimilar to those
enumerated above, beyond the reasonabte control of Consultant Tn the event of any delay
arising by reasan of any of the foregoing, th� time for performance snall be equitabiy adju�ted.
When Consultant is performing work under this Cont�act at a site other than one owned or
cantrolled by Consultant, City shall pay Consultant at the rates applicable for the Work in
question for time lost on account of such delays.
1�. Interpretation of Data
Where applscable, Consultant's personnel shall advise and consult with City cot�cerning
data generated or obtained in connection with �he parfarmance of this Contract, howe�er, City
accepts total responsibility for the analysis or interpretaiian of such data and for judging what
actions are required as the result of �he data generated or abtained or any analysis or
interpretation thereaf.
19. Integration
Consultant's proposal and any resulting Cantract are based solely an City's acceptance Qf
the terms and conditions set forth herein and City is hereby notified that Consultant expressly
objects to any additional ar different terms and conditians which may be contained in any
Framatome A1VP AE & S Conlraet for Professional Consulting Services Page 5 i . �d,�.p"��{ �. �1: �
�
purchase order issued pursuant hereto, City agrees that this proposal and these terms and
conditians canstitute the entirety of the Contract between Consultant and Ciky and all previaus
cornmunications, whether verbal ar written, are hereby abragated and wikhdrawn. Any purchase
order issued by City shall be for recard and billing purposes only and any repart or products
received by City in connection herewith shall be deemed to be delivered on the basis of the terms
and conditions set forth herein.
EXECiJTED on this, the day of
A� ST: _
(S "
��—��� �� - _
City Sec�tary
APP�QVED �S TO FORM AND LEGALITY;
� }
,f , � t �� . . ,
t.,
:�ity �Ytto ey
� ����
R.... �,._ _._�.,_..�.�
cori�r��� 1���t�f»,r��t������
���a�_����
�]atc:
Framatome A[NP DE & S Contract for Professianal Consulting Services
, 24
CITY �ORT Vi�O1�TH
BY:_� � �.
LibP�y Watson
Assistant Ciiy Manager
_ �
FRAMATOli�IE A1�P DE &S, IliTC.
BY `�,c���. ��N l
TITLE: �c.� �Y-eS'�c�,¢�11
Page 6
oGtah� �, ,�u:�-
EXHTBIT A
�COPE OF �ER�JICE�
T. PROJECT DESCRIPTION
I) The project consists of profession.al services for t�e Czty of Fort Worth Fire
Department Bureau o�Fire 1'revention. Fa�re protection systems reviews arid associated
tasks shall be in accord�ce with City of Fort �+Vnrth Ordinanc� No. 14652 and.1468$.
2} The City of Fort Warth retains primazy obJ.igation far Plans Re�view. This proj ect
invalves the use of consulting services for plan xev�ew at times of peak ac#ivity, stafF
absences, or at any other tirne the city c�eems thi.s service to be necessary.
T�. SCOPE OF SERVICES
A. BASIC SERVICES
1, S�rinkler Plan R.eview:
a} Re�iew Hazard Cla.ssificatian.
b) Re�iew Spacing and Location of Sprrz�lcl.ers.
c} Review Adequacy of Water Supply Information.
d) Review Piping Niaterials, Valves and Fitiing�.
e) Review �Tydraulic Calculations, limrted to the hydraulicaUy most
remote area,{s).
� Revi�w Type af Systems.
g} Veri�y Com�onent Listing.
h} Review of fre department connection location relative to fire hydrarit
and fire lan� locatzons.
i) R�vie�v�r of backflow preventian device location, xf device �ocated on
sprinkler risex, per City standards.
Frama#ome RNP DE & S Contract for Professional Consulting Services Page 1 of '{0 Oetober 1, 2D02
T
E�IT A
SCOPE �F SERVICES
2. Fire Alarm Plan Review:
a} Review Fire Alarm Con�rol Pa.nel ana Sub Panels.
b) .Review Wirir�g Materials a�.d Mathods.
c} Review Baiteries and Battery Calcuiations.
d} Verify Compatibility of System Coznponents.
e} Review Power Sup�ly, including vo�tage drop calculations, power
requirements, etc.
#� Re�iew Cpn�tral Functio�s.
g) Review Cause and Effect of initiating devices.
h} Location and spaci�g of devices.
i) Component Iisting.
3. Gaseous or Dry Chemical Suppxession:
a) Review o�the System Detection and Releasing Paa�eUFunction per
items in item 2 above.
i�) Revi�w of Design. Concen#ration for Hazard Tnvolved.
c) Re�few Piping Materials, Hangers and Loeations.
d) Verz�'y Bottle and Nozzl� Sizing,
e) Review of Flaw Calculations.
4. Standpipe Systems:
a) R�view Staudpipe Type.
b) Review Spacing and Locatzon of Hose Outle�s.
c} Review Ad�quacy of Water Su�ply rnformatian.
Framatome ANP DE & S Conlract for Professional Consulti�g Services Page 2 of 90 October 1, 2002
EXH�B�T A
�COPE OF �ERVICES
----...�__ _. . . �- - � - ---�--_..._....-�- .._. ..
d) Revierw� piping materials, valves and fittings.
e} Review Hydraulic Calculations, limited to the h�draulically most
r�mote standpipe.
0
5. Underground Fire "�ervice Mains:
a) Re�+iew of backflowprevention devzca location per City standards.
b} Review of pi�ing materials, embeciment, j oint restraini method.
c) Review of fire hydrant locations, valving, pain�ing per City code.
d} Re�riew of fire department connection locarioz� xelative to fire hydrant
and fire l�tze Iacaiions.
e} Review of drawing notes for tes#ing �orrnation, other d�sign criteria.
f} Review of flow test data and location.
6. Sprinkler Tezxant Finish-Oui Prajects (addlxeJ.ocate < 104 sprinkiers with na
new riser): �
a) Re�view of sprink�er types,locations, obstructions, spacing.
b} R�vi�w of pzpe layout, sizing.
c) Review of hydraulic calculations, if pravided.
7. Fire Alarrn Tenant Finish-Out Pro�ects (ac�cUrelocate < 25 devices with no new
fire alarm control paz�el):
a) Re�riew Batteri.es and Battezy Calculations.
b) Verify Compatibiliiy of �ystem Components.
c) Revi.ew Power Supply, including voltage drop calculations, power
requirements, etc.
Frama#ome ANP DE & S Contract for Professional Consulti�g Serrrices Page 3 of 1D OctobEr 1, 2002
EXHIBIT A
SCOPE OF SERVICE�
__ d) Review Control Functions.
e} Review Cause and Effect of ini�ia-ting devices.
�j Review device locations and spacing.
S. Smoke Con#rol Syst�ms:
a) Revi��v o£ sys�em design criteria,
b) Review of con�rals sequences, logic.
c) Review of detection de�ices, locations.
d) Revie�v of control panel and associated equipment.
e) Review of inter�ace with building �re alar�n sys�em.
9. Consulfation Services:
aj Attendance a.t meetings or function.s, as requested by the Fire Marshal
or Fixe Inspection ,Section for advising Fort Worth Fire Department
s�f on technical issues.
b) Response to requests from t.�e Fire Marshal or Fi:re Inspection S�ctioz�
for sfiaff support, technica.l infozmation, research, plans procassing, or
other servic�s.
B. LIMITATiONS
1. In accordance with Ordinance Nas. 14652 and 14688. Framatame ANP DE&S
shall review shap drawi.ngs for compliance with the ordinances and in the
proper conte� af the occupancy, Framatome ANP DE&S will not make
defermination as to whether a system is required by code or not for that
accupancy. �'ramatome ANP DE&S will not enforce items in excess of the
code such as, items added in engineez�'s contract doctzments, insurance
req�irements, or Owner's preference, except �hat tha additional items are
within proper design and installation pararneters.
Framatome ANP DE & 5 Contract for Professional Consulting Services Page 4 of 1� Oclober 1, 2�D2
EX�BYT A
SCOPE �F �E�2.VICES
C. CONFLICT OF INTEREST
1. In order to a�oid conflic�s of interest, Frarnatonae ANP DE&S will defer to
City staff all proj ects in which FraGmatome ANP DE&5 has perfor�ed fire
protection engineering se�rices.
IiI. PR�VTSiONS BY THE CITY
A. REVIEW ApP120VAL/REJECTION
1. The Czty of Fort Worth will determine whether a submittal is appraved ox
rejected, �ased on the review letter pravided by Framatome ANP DE&S under
Item N.A.3, below. �
B. PLAN SUBMITTALS
].. The City will pxovide plans folded to 8-I/2-inch l�y ] l.-ineh.
C. GUIDELIN�S
l.. The City will pxovide written pxocedural guidc�lines, as necessary, for the
sert�ices described herein.
IV. PROVISIONS BY FRAMAT[)ME ANP DE&S
A. PLAN SiTBIvITTTALS
1. Frarnatorne ANP DE&S will hand carry p�ans (or furnish via courier) to and
from the City Fire Prevention Bureau r�quiz'ed and/or as directed by the City.
2. Plans will be returned to the City on or before fihe eighth working day a�ter
receipt, e�cept �ar undergraund fire s�rvice main or tenant finish out proj ecis
(adding,lrelacafi�ng < 100 sprinklers wit11 no new riser ar adciing/relocaring <
25 fire detection devices with no new fire alarm cantral panel), which will be
returned on or before the fourth warki.n,g day after receipt.
3. A r�vie�w letter will be provided with eaeh set of p�ans outlining deficienc�es
�ound, and recommending appxovaUrejeci�on. Authority far acti�al
approval/r�j ection of submittals resis solely with the City.
4. An invoice �vil1 be provided wiih each set of raiurned pl�ns that includes a
vc;rified count of sprinkl.ers or alarm devices. A rnonthly iz�voice will be sent,
Listing all previaus services for the month.
Framatome ANP !7E & S Contract for Professional Consulting Services Page 5 of 10 October 1, 2002
EXHTBIT A
�COPE OF �ERVICES
5. A quarterly report will be provided which defiails niunber of reviews
com.pleted, review hours, an-time vs. late reviews, z�umber af phone
consuftations, ca�ulta#ion haurs and casts, prior totals (actu.a� vs. budget},
and projected bil.ling for ne�fi quarter.
6. A re�ievcr schedule sorted by permit number, and indicating status of
submittals, due dates, and review fees will be provided on a weekly basis.
7. A list of projects in the City for which Framatome ANP DE&S has perfonned
fire protection engineering services, for pr�venting cor�flict of interest per
II.C.1 above, will be pxovi.ded on a monti�ly basis.
B. LAR.GE PROrECTS
1. �,arge projec-ts sha11 be defined as singly permittad jobs with moxe than
twenty plans or drawings �at have been submitted at one time.
2. Tn Large Projects as defined above, plan review complefion times may �e
extended upon mutual agreement between the City of Fort Worth and
Framatome ANP DE&�, prior to commencement of the review.
3. Th� rnaximum �ee per permits as described in Seciian V A.1, D.1, E. �,
and F.l may be waived for Large Projects, as defined above, upon rnutual.
agreement �etween the City of Fort Worth and Framatome ANP DE&S.
C. PROJECT PERSONNEL
'� . Fraznatome ANP DE&S wiZl provide, for approval by the City, a letter iist�ng
persaz�nel and iheir qualifications for perforrning work on this contract. Any
future add.itions to or deletions from this personnel list will be pravided, as
needed, to the City for review and a�proval.
2. Services pravi.ded in this ca�tract with compensation determined by an hourly
billing rate will be billed as follows:
Project Director - $120.00
Project Manager - $IOS.QO
Se�zox Reviewer - $94.00
R�viewer - $69.0�
Framatame ANP DE & S Confract far Professional Consuiting Services Page 6 af '[0 October 1, 20p2
EXHIBIT A
SCOPE QF SERti'ICES
V. BASIS OF COMPENS.ATION
A. �PRINKLER FLANS:
The fallowi�ng fees apply to spr�nkler systems, in addition to any fees applicable to
und�rground fire service main and/or fire alarz�z plan review for �he same
proj ectlsystErn.
1. Ynitial pl.an evaivation fee:
$300.00 �ar the first 100 spx�klers.
$O.SD per head �ox a.11 �lditional sprinkl�rs.
$150.00 addit�onal if the syste� has a f�re pump.
$100.QQ addiiianal if the syst�m uses foam.
$2,OOQ.00 ma.xzmum fee per permit
Re-evaluation fee; 54% of the initial pIan evaivation fee,
2. Fra�natome ANP DE&� will bi11 the City o�Fort Worth, for jobs of 100
spri�klers or Iess, an a bilLi�.g rate schedule basis not to exceed $3 00.00.
3. For multi-permitted projects af typical floo�/ buiiding types, Framatome ANP
DE&� will bill the Ciry o�Fort Worth in the followin.g manner:
a) Projects of IOQ sprinklers ar less, on ati hourly l�illing rate basis.
b} On projects la.�rger iha.n 1 QQ sprinklers, Framatome ANP DE&S will hill
�ime to confirm that project matches or miz�ors the masier d�sign on an
haurly biZling rate basis. If, after review, it is determined that the project
daes no� match ar mirrar the master design, then billing will revert to the
base fee schedule.
c) The initial plan �waluation fe� shall be based on one p�an or each tygical
building/floor plan. A typical builciing/floar plan sha11 be def ned as onc
in which the layout is sufftciently similar to another plan, erther within ihe
same sn�mitkal or a previous submittal associated with fihe same proj ect,
so as not to requixe review of additional hydraulic calculations to suppart
t�e design.
�ramatome ANP dE & 5 Contract for Professional Gonsuliing Ser�ices Page 7 qf 1 � October 1, 2402
EXHIBYT A
SCOPE QF SER'VYCES
B. UND�RGROCJND FIRE SERVICE MATNS:
The following fe�s apply to a s�.ngle private fire service main only.
1. Tr�itial evaluation fee:
Framatame ANP DE&� wili bill i�he City af Fort Worth on a billing rate
sc�edule basis.
Re-evaluation fee: SQ% o�the uutial plan evaluation fee.
C. TEN�,NT FINTSH-OUT PLANS:
1. The follotixring fees apply to tenant fixush-out sprinkler submittals of fewer
than 100 sprinklers wi.fh no new riser.
a} Initial evaluat�on fee:
Framatome ANP DE&5 will bi1l the City of Fort Worth on a billing rate
sch�dule basis not to e�cE�d $304.00.
b) Re-evaJ.uation fee: 50% of th� initial plan eva.luatian fee.
2. The fallawing fees apply to tenant finish-aui fire alarm sub�ittals of fewer
than 25 devices w�ith no fire alarm paxael (fire alarm panel includes the
�ollowing: fire alarm control panel, voice e�racuation, remotc annunciatc�x,
remnte power supply, ox a transponder).
a) Initial evaluation fee:
Framatam� ANP DE&S will bill the City nf Fort �it7orth on a balli.ng rate
schedule basis not to exceed $275.00.
c} Re-e�aluation fee: Sb% of the initial plan evalua.tian fee.
D. STANDPIPE PLANS:
The �ollowing fees apply to separate standpipe systems, in addition to any fees
applicable to sprinkler system plan revi�w fed by the standpipe syst�m.
1. Ini�ial plan evaluatian fee:
Framatome ANP bE & S Conlract for Professlonal Consulting 5enrices Page 8 af 10 October �f, 2D02
EXHZBZT A
SCOPE OF �ERVICE�
$165.00 Yotal, for Class 1 systems. .
$ZOO.Ofl total, for Class 2 or 3 systems. �
$150.00 additional if the system has a fire pump.
$1,000.00 ma.ximum fee per permit.
Re-evaluatian fee: 50% of the initial plan evaluation fee.
E. FIRE ALARM PLANS
1. Irutial p1a� evaluatian fee;
$275.00 for the frst 25 devices*.
$0.50 per de�ice for all additional devices.
$75.00 each for each additional panel��`.
$2,O�QAa maYimum fee per permit
Re-evaluation fee: 5Q% a�the initial plan evaluation fee,
2. Framatome ANP DE&S will bi11 the City of Fort Worth, fflr jobs of 25
devices or less, on a billing raie schedule basis not to excead $2'75.00.
* Device is an initiating or indicating device, such as, a manual pull sta�ion,
a smok� detector, a hea# detector, a moni�or module, a control module, a
harn, a speaker, a bell, or a strobe.
** Adc�itianal panel includes an additional fire alarm control panel, voiee
evacuation, rernote azanuncia�or, remote power supply, ar a transponder.
3. For multi-pezmitted prajects of typical floor/ bttilding types, Fxamatome ANP
DE&S vv�Il hill �.e City af Fort Worth in the following manner:
a) P�rojects less thati 2S d.evices on an ho�.rly billi�g rate basis.
b) �n projects of 25 devices or more, Frramatame ANP DE&� will bill tirne
ta confum that project matches or mirrors -ihe master design on an hourly
billing rate basis. If, a�er review, it is det�rmined �hat the project do�s not
match or mirror tY�e master de�ign, then biliing will revext to the base fee
schedule.
c} The ix�tial plan �valua�ion �ee sha11 b� based nn one plan or each typical
building/flaor plan. A typica� building/floor plan shall be definea as one
in which the layaut is sufficiently simiIar to anoth�r'plan, eithex witliin the
same submittal or a previous submittal associated with the same pxoject,
Framatome AlV� DE & S Cantract For Professionai ConsuEting Services Page 9 af 90 . October 1, 2p02
E�H�BIT A
�COPE �F SER`VICES
so as n�t to require �eview af addi�ional calcu�ation.s to support the design.
F. GASE�US OR DRY CHEMTCAL SUPPRE�SION SY�T�MS
The following fees appl� io gaseous or dry chernical suppression sysfems, in add�tion
to any fees applicable fire alarm pIan review for tlae same project/system.
1. Tnztial plan evaluation fee:
$275.00 for the first 7 nozzles.
$30.00 per n.ozz.�e for each additional nozzle,
$1,000.00 maximum fee pex permit.
Re-evaluation fee: 5Q% af the initial plan evaluation fee.
G. SM�KE CONTRQL SYS�`EM�:
T'h� �ollawing �ees apply to a single smoke control system on1y.
1. Initial evaluatior� �ee:
Frarnatome ANP DE&S will bill the City af Fort Worth on a billing �ate
schedule basis.
H. MDDIFICATIONS TQ PLANS PREVIOU�LY REVIEWED
Re-submittals made as a result of maj or building design modifications, excluding
reviszons as a result of system def cie�tcies addressed by the �ee schedule above,
wi�1 be re�iewed on a billing rate schedule basis.
I. PROJECT MANAGEMENT FEES
Framatome ANP DE&S wi1Z bill the City a project mana�ement �ee equivalent #o
10% of the total billings for th.e month io cove� the cosi %r provisions under S�ctxan
I'V above. This �ee will be billec� on a monthZy basis.
�'ramatome ANP DE � S Coniract for Prafessiona! Consulting Services Page 1a of 10 October i, 2002
C`ity of �o,�t T�o��h, T"exas
-c ,�, _ _ ,� ; �;--- �
�����i��t�.��
QATE RE�rERENCE NUMBER LOG NAME PAGE
� o�� roz ��g��g 000�-a� �o
SUBJECT ANNUAL CONTRACT WITH FRAMATOME ANP DE&S FOR
ENGINEERING SERVICES FOR F1RE DEPARTMENT PLANS REVIEW
RECOMMENDATIaN:
9 of 1
CONSULTINGI
lt is recommended that #he Cify Cauncil authorize the City Manager ta enter into a cantract wi#h
Framatome ANP DE&S for consuliinglengineering ser►rices; primarily, the review of fire pratection plans
far the Fire Department, for an annual cost not #a exceed $165,242.
DISCUSSION:
In early 1995, in response to the canstruction industry, the Fire Department ini#iafied a comprehensi�e
study of the process used by the Bureau a# Fire Pre�ention to review plans for fire pratection
installatior�s. A focus group of fire pratection contractars, buiEding owner representati�es, and prE�ate
sectar engineers ar�d architects completed an e�aluation of the pracess and recommended contracfing
with ar� ertgineering firm for plan review ser�ices. Such a contracf has been in-place annually sinee
then, with the current cor�tract expirir�g on September 30, 2002.
A Request for Q�alifications was issued for fire protec�ion plan cons�ltinglengineerir�g services for the
City's Fire Department, and seven engineering firms submitted quafifications. Twa 5enior Engineers
fram the Engineering Department, and one Assistant Building Officia) from the Devefapm�nf
Department conducted evaluations of the qualifications and �etermined that Framatome ANP DE&S
had th� ouerall highest rating in areas such as ad�isory capa�ility, experience, personnel, and
performance.
MIWBE - A waiuer of ihe goal for MIWBE subcontracting requirements was requested by the
Purchasing Division and approved by the MIWBE Office because the purchase of ser�ices is from
sources where subcontracting and supplier opportunities are �egligible.
�'15CAL INFORMATfONICERTIFICATION:
The Finance Director certifies that funds will be available in the FY20D2-2003 operating b�dget of the
Gen�ral Fund.
CB:k
BQN102-015QIMLL
Submitted for City Manager's
Of�ce by:
Chacles Boswell
Originating peparttnent Head:
Jim Keyes
Additional Infarmation Contact:
Robert Combs
I FUIVD I ACCOUNT
� (tQ)
�
b183 I
�
�
ss i � � cf�•o��
GG01 539120
�
8357 �
C�fYTER
p362424
I AMOUNT
$165,242.00
CITY SECRE'eARY
APPROVED 30/01f02