Loading...
HomeMy WebLinkAboutContract 27835� m �� � c�N ��c� r�vo�Y 7 �IiY eF FO�t�' I�Qi�TH, i�XAS �T�f�I�AR� A(�R��,I4��i�6� ��R �IV�INE�RifVC S�RV[C�S This AG�EEMENT is hetween the City of Fort Warth (the "CITY"}, and Freese and Nichol�, Inc., (the "ENGIN��R'�, far a PROJ�CT gener��l�r d�scribed �s: HoIlylNorthside II 54- Inch Water Main Extensior�, CaRtract 1. � A�icle 1 Scope o� �ewice� A, The Sco�� of Services is set forfiF� in Attachment A. �t�icle II CAmpensa��on A. ihe ENGINEER's compensation is set farkh in Attachment B. A�ticl� III %�m� �f P�ym�nf Payments to the ENGlNEER will be mad� as follows: A. ln�oic� and �aymen$ (1) The Engineer shall ptovide the City sufficient docume�tation #a reasonably substantiate the invoic�s. (�) Mo�tt�ly invoices w�ll be iss�ed by the �NCIN�ER for afl wa�c perFarmed under this AGRE�MENT. Invoices are du� �nd p�y��l� within 30 days of receipt. {3) Upon campletion af services enumerated ir� Ar�icle I, the �nal paymen� of any balance will be due within 30 days af receipt nf the final invoice. (4) In the event o# a dispuied or cont�sted billing, only thai po�kion so cont�sted wiil be withheld fram paymen#, �rtd the ur�disputed por�ion will be paid. �he Cl�'Y will exercise reasanabler�ess in contesting any bill or portian thereof. Nn interest will acc�ue on.any contested portion ofi the billing until mutual�y resolvad. (5} If the CITY fails to make paymen4 irt full to ENGINEER for biilings contested in good �aith within 60 days af the amoun# due, the ENGIN��R may, �fter giving seven {7) days' writter� notice ta CITY, suspend s�rvices under this AGR��M�Ni until paid in fuil, including int�rest. In th� avent of sUsper�sion of services, the �NGINEER shall have no liability to CITY for delays or damages caused the C1iY beca�se of such susper�sion of servic�s. -1- J�� �, ,��� J ���� U C��:,��a�i�l11�S11 �� ana� �°c�An 5�r1r,N � i4rr�'t61�s i1! Oblig��i�ns �f �h� �ngi�n�e� Amendments ta Article iV, if ar�y, are included in Attachment C. �!. Ge�er�l ihe ENGIN��R will serve as th� GiTY's profiessional ertgineering repres�ntative urxier th;s Agr��ment, praviding professianal engin��ring �onsultation and advice anc# fumishing custam�ry s�rvices incidental thereto. B. ���ncda�d �f C��� The st�ndard af care applicable to the �NG�NEER's services will be th� degree of skill and diligenc� norrrt�ily emp�ayed in t�e Sta#e of �exas �y prafessionaE engineers or consultants per#orming the same or similar servtces at the time such services are pertarmed. C. �ubsur�ac� In�es4iga4ians ('!) The �NC�INEER sh�ll �dvise the C17Y with regard #o #he nec�ssity far subcontr�ct wark such as special sur+►eys, tests, tes� borings, or oth�r subsur�ace inv�stigatiar�s in cbnnection with design ��d er�gineering �ork to be performed hereunder. ihe L�NGIN�ER shall also advise tl�e CI'�Y cot�ceming the results of same. Such surveys, t�sts, and investigations sl�all be furnished by the CITY, u�less atherwise specified in Attac�ment A. {2} In soils, foundation, groundwa#er, a�ci other su�surFace investEgaiions, the actuaf charact�ristics may vary signifcantly b�iween successive test points and sampf� intervals and at lacatior�s ather than where ,abservations, �xploration, and investigations ha�e been made. Because of the inherent uncert�inti�s in subsurtace �valuat�ans, c�anged or unanticipated undergrataric� conditions may occur that caUld affect the tatal PROJ�CT' cost andlor execuf�an. These conditfons and costlexecutian effects ars not ti�e responsibi4ity ai ihe ENGIN��R. 9. P�epa�ation �f �nginee�ing Drawing� ihe �NGINEER wili prov�de to th� C1`fY th� or�ginal drawings af all p�ans in ir�k on reproducible plastic film sheets, or as oth�rwis� �pproved by CITY, whrch shall become the property of the CITY. CIY`f may use such drawin�s �n any manr�er tt c�esires; provided, howe�er, that the ENGWEI�R shall not be liable �or the use of such drawings fdr �n� prc�ject ot�er than the PROJECT described herein. -2- � E. �nginee�'s Personnel afc Construcii�n S�te (1) The presence or duties of the ENGINE�R's personnel at a construction � site, whether as on-site representatives nr otherwise, . dv nnt make the ENGINEER or its persannef in any way respar�sible �or those duti�s tf�at belang to th� CITY and/or the CIiY's constructian cantractors vr other entiti�s, and do not reliev� the car�struc�ian contractors or any ather entity of their obligations, duties, and r�sponsibilities, ir�cluding, but nat limit�d to, all construction m�thods, means, techniques, sequen�es, and proc�dures necessary fiar caardinatir�g and completing all partioris a� the constriaction wark in accarc�ance with tF�e Contract Oocumen#s �nd any heal#h ar safety precautians requir�d by such cvnstruc#ion w�rk. The ENG�NEER and its personnel hav� no authority ta exercise any cnntral over �ny canst�uction cor�tractor or ather en�ity or their employees in connectian with th�ir war�c vr any hea{th ar s�fety prerautians. (2) Except #o the ex#ent of specific site visits expressly detailed and sEt �orth in Attachment A, the EN(3iNEER or its persannei shall have no obligation or resp��sibility ta visi# the construction si#e tc� become #amiliar with #he pragress or quality af the cflmpleted wor� on the PROJ�CT or to determine, in gener�l, if the work on the PROJECT js being performed in a manner indica#ing that the PROJECT, wh�r� completed, wiA be in accardance with #he Contract Documents, nor shail anything in the Contract Documents o� the agreement h�tween CITY and ENGINEER be construed as requiring ENGlNE�R ta maF�e exhaustiv�e or contin�ous an-sit� ins�ections to discoWer latent defects in the work or otherwise check the quatity or quantity af the wor� on the PROJECT. If, for any r�ason, the ENGINEER srould mak� an an-site observation(s), on th� basis of such an�sit� observations, if any, the �NGINE�R shall endeav�or td keep the CITY informed of any devi�tion from the Cor�tract �acuments comir�g to the �ct�a! n�#ice of ENGiN�ER regarding the PROJ�CT. (3� When professional certificat�on of performance or characteristics �f materiais, sys#ems ar equipment is reasanably required to per�orm the services set forth irt the 5cape of Services, the �NGIN�ER shall b� entitked to tely upan such certificaiion tci �stablish materials, systems or �quipment and perforrnaRce criteria to be requir�d i� the C�ntract Documents. �. Opinions of Frobable Co��, �'inancial C�nsid�ra�ion�, and 5chedule� {1} The ENGINEER shal! provide apinions of prababl�, costs based on the curr�r�t �vailable information at the #ime o� preparation, in accordanc� with Atfiachment A. � (2} In providing apinions of cost, �nancial analyses, ecor�omiG f�asibility projections, and sche�ules for the PROJE�T, the �N(�INE�R has no control over cost ar price of fabar and materia�s; unknawn or latsnt conditions af exis#ing equipment or structures thak may affect operati�rt ar maintenance costs; campe#itive bidding proc�dut�as and rrsarket -3- canciitions; iime c�r qualify o# perFormance by third parties; quaiity, type, managerrient, or directinn of operaiir�g p�rsonnel; and ofher economic and opera#ionai faciors that may materially affect the uttim�te PF��JECT cnst ar schedule. Therefare, #he �NG1NEER makes na warranty tha# the GETY's actua4 PRO.lECT casts, fin�ncia! asp�cfs, econamic feasibility, or schedul�s will nat vary from the ENG�NEER's apinions, analyses, projections, or estimates. G. ��ns�uc4ian �rog�ss �a�men�� Recommendatians by the ENGINE�R to the CITY for periadic construction progress Rayments to the construction contract4r will be bas�d on the ENGlNE�R's f�r�owledge, infarmation, ar�d belief from selective sampling and observatia� tha# the warl� �as prog�essed #o the paint i�dicaied. Such recommendaiions do nat represen# tha# canti�uous ar detailed examination� t�aw� �een made by the ENCINEER to ascertain th�t the construction canfiracior has campleted the work in exact accordance with the Can�ract Documents; that the final work will be �cceptabl� in al� respects; that #he ENGlN�ER has mad� an examin�t�an to asc�rtain how ar fior what purpose #he construction contractor has used the rnoneys paid; that title to any af the wotic, materials, or equi�ment has �assed to ti�� CITY fr�e and cl��r n� liens, c4aims, security interests, or encumbrances; ar that ti�er� are not other m�tters at issue be#ween the CtTY and the consiructic�n contractor that affect the amaunt tfi�at shauld be pasd. F6. Recurd Dr�wings Reco�rd drawings, if required, will be prepar�d, in part, on tl�e basis of informatian compiied and fumished by others, and may not �3ways represent th� exact location, type vf var�ou� compvnents, or exact manner in which th� PRO,lECi was finally constructed. T'he ENGINEER is not respansible for �ny errors or amissinns in the info�mation from others that is incorpvrat�d inta th� record drawings. Rflin�niy �nd 1l�oman Business �nte�pri�e (Nil��j partiaip�fiion In accvrd with City af �'ork Wort� 4rdinance Na. 'i 1923, as amended by �rdinance 1347'I, the Ciiy has goals fior the p�r�icipatian of minority business enterp�ises and waman business ent�rprises in Gity cantracts. Enginee� acknc�wledges the MMIBE goal �stablishec4 far this coritract and its cammi#ment ta meet that goal. Any mi�represent�tian of facts �ath�r than a negligent misr�presentation} ar�t�lor the commission of fra��i by the �ngineer may result i� the termir�ativn of th�s �greement and debarmerrt from parti�cipating in City contr�cts for a period of tim� of not {ess than thre� (3) years. J. Right to �udif (1) ENGIN��R agrees that the CIiY sh�l1, unti� the expiratian of three (3) years after fir�al payment �nder thts contrac#, ha�e access to and the right fia examine and photocopy any directly pertiner�t boa�s, dac�ments, papers and records of the ENGINEER invalving transactions refating to _q,_ this contract. ENCaINE�R agrees that the CiTY shall h�ve access during normal working haurs ta all n�cessary �NGINE�R facilities and shall b� provided adequate and �ppropriate wark spac� in order to conduct audits in campliance with the provisions o� this section. 7he CITY shall give ENGIN��R reasonabl� advance nntice afi intended audits. (2� ENGIN�ER further agr�es 4o include in ali its subcansultant agreements nereunder a provision to the �ffect tF�at th� subconsultan# �grees tha# the C�TY shall, untif the expiration of three {�} years after final payment under the subcontract, ha�e access to and #he right to examine and photocopy� any directly pertinent baa�ts, documents, papers �nd records of such subca�sulfant, ir�vdfving transactions. to tfie subcantract, and further, that th� CIiY shatl have access during norma# working hours to alt subconsultant faciiities, and sh�ll be provideci adequate and appropri�te wor4� space, in arde� to conduct audits in compliance with the provisions af this article together with subsec#ion {3}hereof. GITY shali give su�consu�tant reasonabfe advance notice a# inter�ded audits. (3} ENGINEER and su�eonSuitant agree to phota copy such doeuments as m�y be requested �y the CITY. The CITY agrees ta reimlaurse ENGINE�R for the cast of copies �t the rate pubiished in the Texas Adminis#rative Co�e ir� efFect as of the time copying is perfarmed. F�. �NGIiV��R's Insur��nce (1) 1ns�rance coverage and limits: ENGiNEER s�all provide ta tt�e City cerfific,�te(s} of �nsurance documenting paiicies o� the foliawing coverage at minimum iimits which are to be in �ffact prior to commencement af work on the PROJ�CT: Cammerciaf General Liability $1,0(}0,000 each accurrenc� $1,OOD,ODO aggreg�te Automobile Liability $1,4fl4,000 each accident (or r�asonably equivalent limits of coverage if written an a split limits basis). Co�erage shall be on any vehicle used in th� causse of the PRUJEC�. Wor�car's Compensation Coverage A: statutory limits Goverage B: $'f00,�4� each accident $50D,ROQ disease - policy limit $100,QOD disease - each employee Prafessional I�iability $1,O�U,Op� @ach claimtannu�i aggregate (2) Cert�ficates of insurance evidencing that i�e �NGINEER has obtained all -�- required ir�surance shall be defivered #o the C4TY prior #o �NGIN�ER praceeding with the �RUJ�CT. (�} App{icabt� poficies shafl be �r�dorsed #o name the CITY an �dditionai Insured #tiereon, as its interests may appear. The term CITY shalf ir�cfude its employees, ofFic�rs, nf�icials, a�ents, and volunte�rs as respe�#s the contracted services. {b) Gertificate(s) of insurance shali dacument thaf insurance coverages specified according to items sectior� K.(1} and K.�2) af this agr�ement �re provided under app�icable policies dacumented thereon. (c) ,�ny failure an part af the CiTY ta requ�st required insurance doeumentation shall not constitute a waiver af tt�e insurance raquirements. (d) A minimum of thirty (30) d�ys notice of cancellation, non-renewmt ar material change in covera�e st�ail he pro�ided ta the CITY. A ten (10} days natice shall be �ccep#abie in the evant of non- payment of premium_ Such terms sh�tf be endorsed onta ENGINEER's insurance poiicies. Natice s�all be �s�nt #o the respective L7epartmen# pirectvr {by name}, City of Fart WortF�, 10Q0 Throckmortan, F�rt Worth, Texas �61 D2. (e} lnsurers for all policies must be authbrized to do business in the state af Tex�s or be ott�erwise approved fi�y the CITY; and, such insurers sha�l be acceptable tn the CITY. in terms af their fiinar�cial strength and salv�ncy. (f} Deductible limits, ar self insured retentians, affecting insur.anc� required h�rein may be accept�ble to the CiTY at its sole discretian; and, in lieu of traditional insurance, any alt�mative coverage maintair�ed thro�gh insurance pools or risk retentio� grvups must be also approved. Aedicated financial resources or letters of credit may alsa be �cceptab�e to the City. (g} ApplicnbJe palicaes sF�af� each be endorsed with g wai�er af subraga#ian in favar af the CITY as respects the PR�JECT. (h) The Cifiy shail be eniitled, upon its request �nd withaut incurring expense, ta review the FN�INEER's insurance policies including endorsements ther�to and, at the GITY's discr�tion, the �NGINE�R may be required to provide provf of insurance premium payments. (!) The Cnmmercial General Liability insurance policy shall have no �xclusions by endarsem�nts un4�ss such ar� approved by the CIiY. � {�) The Prafessional Liability insuran�e policy, if written on a claims made �asis shall be maintained by the �NGWE�R far a minimum two (2) year period subsequent ta the term af the respective PI��J�CT contract with the ClTY un�ess such coverage is provided the �NC�INE�R on an accurrence basis. . •{�} TF�e CI'i'Y shall not be r�sponsible for the direct }aaym�nt ofi any insur�nce premiums required hy this agr�ement. I# is understaod that insurance cost is an allowable componer�t af �NGIN�ER's oveshead. (I) All iRsurance r�quired tn sec�ion Ft., excep# far #he Prafessionaf Li�bili#y insuranc� policy, shall b� written on an occurrence basis in arder to �e approved by the CIiY. {m) �tabcansultants to th� ENGWEER shall be req�ired by the ENGII��ER to m�in#ain the same ar reasona�ly equival�nt ins�rartce coverage as required for the � ENCINEER. When insurance cou�rage is maintair�ed hy subconsuitants, ENGiNE��t shall provide CITY with documentatian thereof on a certiiica#e o� in�urance. Nofinrithstanding anything to the contrary contain�d herein, in the eveni a subconsultant's insurance caverage is canceled or te�rninated, such canceHation or termina#�on shall not consti#ute a iareach by ENGINEER af the Agreement. L, lndepend�ni; Consu�tan� The ENGIAIEER agrees to perform ail services as a� independent consultant and nat as a subconfractnr, agent, ar emplayee of the CITY. 1�. �i��lo�ur� The ENGINE�R ac{�nowledges to the CITY that it has made gull dlsclosure in writing of any existing canflicts of intere�st or pat�ntial cvnfficts of interest, including persanal finar�cial interest, direct or indireci, in property abutting the proposed PRO.lECT and business relatianships with abutting property ci�es. The FNCINEER further act�rzawi�dge5 that it will ma4�e disctosure i� writing af any conilicts vf interest which develop subs�quer�t to the signing of this cantract and prior ta final payment und�r the con#��ct. N. A�b�s��s ar Ha�ardoe�s 5u�astance� {1) 1# asbestos or haaardaus subs#ances in any form are encountered ar s�spected, 4he �NGINE�R will stop its own work in the �ffected por�ians of the PR�JECT to pennit t�sting and eval�ation. (2} If asbestas or other hazardaus su�stances are suspected, the ENGIN�ER will, if req�ested, assis# the CITY in obiaining the s�rvie�s of a qualified subcontractar to manage the remediation acti�ities of th� PRaJECT. -i- O. P�rmii�in� ,Ruihori�ies - �e�ign Chan�e� if permittirig authorities require design ctianges so as ta cQrr�pEy with pubiished design crit�ria andlor cu�rent engineering practice star�d��ds which the ENCIN�ER should have b�e� aware of at ihe time this �greement was �xecuted, th� ENGW�ER shall revise plans a�d specifications, as required, at its own cost and expense. Hawever, if d�sigri changes are required due io the changes in �h� permit�ing aut�writies` pubiished design criteri� andJor practice st��dards critari� which �re pub�ished �fEer the date vg this Agre�m�rit which the �NGINEER cauld not hav� been reasanably aware of, t�e ENGINEER shali natify �the �CITY of su�h changes anci an ar�jusfrnent 'rri compensation wifl be made through an amendment ta this 1�GR�EMENT. Ariicle V ��aligatir�ns of 4he City �4mendm�nis to Article V, if any, are in�{uded ir� Attachment C. A. �it�d�umished �a�a The CtTY will rnake avaiiabfe to the ENGINEER all techriical data in the CITY`s possession rel�ting to the ENGINE�R's services an the PROJECT. The �NGiNEER m�y r�iy upvn the accuracy, timeliness, and cvmpleteness af the infarmatiort provided by the GITY. B. Access �o �acifi4i�s and Propen'y� The G�TY will make tts facil�#ies accessib4e to the ENGiNE�R as requi�ec! fior the ENGINE�R's perFormance aF its �ervices and wilf provid� labor and safety equipment as requir�d hy the ENGtN�ER for such ac�ess. Yhe ClTY will pertorm, at no cost to the ENC�lNEER, su+�l� t�sts ofi equipment, machinery, pipetines, and other campaner�ts of the G17Y's facilities as m�y �e required in connectian with the E�iGINEER's services. The CI�'Y will be responsible for all acts of #he ClIY's personriel. C. Adver�isemenf�, ���mi�, �nd Acce�s Unless othe�vise agreed ta in the 5cape of Sen►ices, the CIT�' wil! abtain, arrange, and p�y,for atl advertisements for bids; permi#s and licenses requiced by iocal, state, or �'ederal ��tharities; and land, ��sements, r�ghts-of-wa�, and �ccess nec�ssary for th� ENGINEER's servic�s ar PROJECT cat�structian. p, limety �evi�w The Ci�T1f will examine th� �NGINEEF�`s studies, repar�s, sketches, drawings, specifications, proposals, and ath�� documents; obtain advice� of an attomey, insurance caunselor, accountant, sudita�, bond and finas�cisl advisors, and other cansul#ants as the CITY deems appropriate; and render in writing decisinns � �equired �iy the GITY in a timely mann�r in accordance with the prayect sct�edule in Attachrnsnt D. �. Pr�mpfi f�o�kice 7�e CITY will give prampi written notic.e to the �NGINEER whenever CIiY abse�v�s ar becomes aware af any development that affects the scope or timing af the �NCIN��R's services or of ar�y defect in the wark of the ENGINE�R or co�tstructian contractors. �, Asbestos ar F6a�a�do�� Sui�stances and Indemni�ica�ian (1) i"a the maximum e}cterrt permitted by law, the CITY witi indemnify and �elease E�1CIN�ER and its o�cers, empfay�es, and subcontractars from all claims, damag�s, losses, and cnsts, including, but not limited to, attomey's fees arid litigation expe�ses arising aut of or relating tn the presence, discharge, r�lease, or escape af ha�ardous substances, cantamin2�nts, ar a�bestos an or from the PROJEC"f. Nothing contained hereir� sha�l b� construed ta req�i�e the CITY to levy, assess or collect any tax ta fund this indemnification. (2) The indemnifica#ian and release required above shalS not appiy in the event the discharga, release or esrape of ha�ardaus substances, contaminar�ts, or asbestas is a result of ENGINE�R'� r�egfigence or if suc� hazardous substance, ctintaminant ar asbestas is brought o�ta the PROJECT by �NGINEER. G. Gontractor In�emni�ic��ion �n� Ci�im� The GI'fY agrees ta inc4ude in ail canst�uetion contracts the provisions of Article 1V.E_ regarding the �NGIN�ER's Rer�onnel at Gonstruction Site, and provisions p�aviding con#ractor indemnifiicatian afi the CITY and the �NCINEER far contractat's negligence. b, Con�racic�r Ctaims �nd �'hiedeP�ri� Ei�nefciaries (1) The CITY agrees to include tl�e failawing clause in al� contracts with construction contractors and equipment or mate�iais suppliers: "Con#ractors, subcontractors and equiQment anc� materiais suppliers ar� the PRO.iECT, nr th�ir sureties, shall maint�in no dir�cfi �ction against the ENGIN�ER, its afficers, em�loye�s, and subcontraGtors, fo� any claim arising a�t of, in canr�ec#ion with, or resulting #rom the enginee�ing s�rvicas pert'ormed. Glnly the CiTY wiil bs the b�ne��iary �f a�y und�rtak�ng by the �NGIN�ER." (�} This AGREEMENT gives no sigt�ts or benefits to anyone other than the C1TY and the ENGiN��R and th�ere ar� rsa third-party bene�ciaries. (3) TI�e ClTY wil� 4nclude in each agr�ement 4t �nters into wEth any other entity vr perso� regarding the PRO.IEGi � provision that such e�tity or � persan shall have no third-part�r benefictary rights under this Agreement. {4} Nothing containec! in this section V.Fi. shall be construed as a waiver of any right the CITY has to brir�g a cfa�m against ENGIN�ER. I. C1i�'s 1n��ranc€ (1} ihe CIiY may m�intain prop�rty insurance an certain pre-�xisting structures associaied with the PRO.1�Ci'. (2) The CITY will �nsure tt�at �uilders Riskllnstali�tion insuranc� is maintai�ed at the �epl�cement cost value of the f�R�JECi. The CITY may pravide ENGIN��R a copy Qf the po�icy or dacumentafion of such on � certi�cat� of insu�ance. (3) The CITY wilf sp�cify that the �uilders Riskl�nstail�tion insurance shall be compreher�sive in caverage apprapriate to the PROJ�Gi r�s4cs. .!. �itigation �ssi�4anc� 7he 5cape af Servic�s does not include casts of the ENGINEER for required ar requested assistance to support, prepare, documer�t, bring, defend, or assist in litigstivn undertaEcen or defended by the GfTY. !n th� even� CITY requests such servic�s o� the ENGiN��R, tl�is AGR�EMENT s�all be amended c�r a separate agreement will be n�gotiated b�tween the parti�s. W. Chang�� TF�e CiiY may ma�� ar approve changes within the gen�ral �Scvpe of Services in this AGR�EIU�ENT. I� such changes.affeet the �NGINEER's cost ai or time requir�d far perFormance of tF�e sen►ices, ar� equitable adjustment will be made through an amendment ta this AGREFMENT with appropriate CIiY approval. A�ticle 1�1 �en�ra{ Legal ��ovisi�ns Ame�dments to ArEicle VI, if ariy, are included in Attachment C. A. Au�horiza4ion ico �roceed ENGINEER shall be authorized tn proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the C1iY. �, Reuse o� P�oj�cf �ocum�nfs All designs, cirawings, specificatians, documents, �nd other work praducts of the ENGiNEER, whether in h�rd copy or in alectronic fvrm, are instruments of servics far this PRQ.IECT, wheth�r the PRQ.JECT is complet�d or no�. Reuse, change, ar aiteratian by the G�TY or by others acting thraugh or on behali af the -10�- CITY of any such instruments o� service without the written permission of the ENGIN��R will be at the CIiY's sole ris�c. The final designs, drawings, specificatians and documents shatl be owned by the CITY. G. �orce Majeure The ENCENI�ER is no# respansible for dama�es or d�iay in p�rformance �aused by acts of Cad, strikes, ioc�out�, accid�nts, or other �v�nts beyond the contral of the �NCIIVE�R. 9. 'Terminaiion {'�) Yhis AGR��MEN`C may be t�rminat�d only by the City fior convenience on 3A d�y�' written notice. This AGRI�EMENT may b� terminated � by either th� CIYY or #he ENGINEER for cause if either p�rty #ails substantially to perform thraugh no fault af the o#her and does not cQmmenee carre�tian of such nonpertormanee with. �ive (5) days of written notice and di�igenfly complete th� correctian thereaft�f. �2) if this Rf�REEMENT is termtnated for the convenience of the City, the FNGINEER will �e paid for termination expenses as follows; a) Cost of reproduction af partial or complete studies, plans, specificatia�s or other farms af ENGINEEti"S work product; b} Ou#-nf-pocket expenses for purchasing starage c�ntainers, micrafilm, electron9c data files, and otl��r d$t� storagE supp�ies or servi�s; c) The tim� r�quiremertts for the ENGIN�ER'S personnel to document ihe wor� underway at the time the CITY'S termination far canveni�nc� sa #hat th� work �ffort is suit��la for lvrtg time starage. (3) Prior to proceeding with termination services, the ENGINE�R wiA subm�t to the CITY a� itemiz�d statement nf �II termination expenses. l"he GIiY'S approval will be obtained in writing prior to proceeding with te�tnirtation services. �. �uspension, Delay, �r in���rrup4ion io 16�o�1c The CITY may suspend, delay, ar intemapt the services of the �NGINEER far t�e convenience af the C(TY. In the �vent af sucf� suspensiar�, deiay, ar inter�uption, an equitable adjustment in the �RO.�LCi's schedule, commitment and cost af the ENGIN�ER's persvnnel and subcantractors, anci EN�INEER's campensatian wi41 be made. -11- �. Indem�Efication t1) The �NCINEER agrees to indemnify a�d defend the CITY from any loss, cost, ar expense claimed by third parties for prop�rty damage and bac3ily injury, including death, caused scalely by #he negligence ar willful misconduct af the �lVGIf��ER, its empioy�es, officers, and subcantrac�ors in connection with the PR4JECT. (2j If ti�e negligence or willful misc�nduc# of both the ENClNEER and the CITY {vr a person identified �bove for wt�am each is liable) is a c�use af such damage or injury, trte loss, cost, or expense shall be shared between th� €NGINEER and the C�iY in propor�ion to their r�lativ� degrees o� negligence or witlful misconduct as de#erminec! pursuant to Y.C. P. & R. Code, section 33.011(4) (Vemon 5upplement 1996}. C�. Assignm�n� Nei#her party wiil assign all ar any park of this AGREEMENT without the pr�o� written consent a# the other party. �1. in�e�preia4ion l,imitations an liability and indemnities in this RGREEMENT are �usiness �nd�rstandings between the parties ar�d sh�ll apply to all the different thearies of reco�ery, including br�ach of contract or warranty, tart inciuding �egiigenc�, strict or statutory liability, ar ar�y ather cause of action, �xcept for willful misconduct or gross negiigence for limitations of liability and sole neg4igence fnr ind�mni�cation. Parties means the CITY a�d the ENGINEER, and their officers, employees, agents, a�d subco�tractors. t. Jurisdictien Th� faw of the 5tate of iexas shall govern the validity of this AGRLEMENT, its �nterpretation and pertvrm�nce, and any other claims relat�d to it The v�r�ue fvr any litigation refated to this ACREEMENT shail be iaRant County, Texas. J. Alierna�� Dispufie �esolu�ion ('4) All claims, disputes, and other matters in question between the CITY and ENGINE�R arisir�g out of, or in connec#ion witF� this Agreement or the PROJ�CT, or any breach of any - oblig�tion or duty of CITY or ENGINEER ��reund�r, wil� be submitted ta media#ion. If inediation is unsuccessful, the claim, dispute or other matter in questian sha41 be submitted to arbitra#ion i� bdth parfiies �cfing r�asonaafy agree that the amaunt n� th� dispute is likely ta be less than $50,000, exciusiv� of aitamey's fees, costs and expenses. Arbi#ration sh�ll be in accordance wiih th� Constru�kion Ir�du�ry Arbii�a�tic�n Ruies of the Am�rican - At�itration Associa#iqn or other applic�bis rules of the Association then in effe�. Any award rendered by t�e arbitrators less than $50,000, exctusive of attorney's f�es, costs and sxpenses, wilf be fina�, �ud�ment -12- may be entered ther�on in any caurt ha�ing jurisdictian, and wi{I not be subjecfi to �ppeal or modification except to the �xtent permitted �y Sections 10 and 11 0� the Federal Arbitration Aci (9 IJ.S.C. S�ctions 10 and 11). (2}. Any awarcl greater than $50,00�, exclusive �f �ftomey's #ees, casts and expenses, may be �itig�ted by either party on a de navo basis. The award shall becom�; final ninety (90) days from the date same is issued. If lit9gation is filed by �ither parky within said nirtety �9D) day period, the awar� shaEl b�come nu�l and vaid a�d shall not be used by either party for any purpose in the !i#igation. F�. Seve�abil�iy and 5ur�ival If any of the provisions contain�d in this AGREEMENT are �elc� for any r�ason to be invalid, illegal, or unenforc�able in any respect, such in�alidity, illegality, or unenforceabil�ty will not affect any other provision, and this AGREEMENT shali �be constru�d as if such invslid, illegal, ar un�nforceabie pro�ision h�d n�v�r been contain�d herein. Rrticles V.F., VI.B., VI.D., VI.H., V1.1., and 1lI.J. shall sur�i�e termination of this AGRE�M�NT for any cause. �. Obsewe and Comply ENGINEEi� s�all at all times obse�re and camply with all federal and State laws and regulatioRs and with all Ci#y ordinances and regulation� which in any way affect this AGR�EMENT and the work herr�under, �nd shall abserve and comply wi� al! orciers, laws ordinances and r�gulations which may exis# ar may be enacted lat�r by governing bodies having �u�isdic#ion or authority for such enactment. No pl�a of misunderstanding of ignorance thereof shall be consider�d. ENCINEER �gr��s ta defend, indemnify ar�d hold harmless CITY and ail af its officers, agents and em�loyees from ar�d against all claims or [iahility arising out af the vioaation of any such order, law, ordina�ce, or reguf�tion, whether it be by itself ar its employees. _1�_ t r F���C+1� V �� A�a�hmen�, Sch�du�es, and �i�na�u��� This AGREEM�NT, including its attac�men#s and schedules, canstitutes the entire AG��EM�Ni, supersed�s aN priar writt�n or aral understandings, and may anly be changed by a written amendment executed by both parfiies. The following attachments and schedules are fler�by ma�e � par� of this AGR��MENT: r4ttachment A- Sca�e of S�rvit,�s �ttachment B - Compensation Att�c�ment C-�mendments to Standard Agreement for �ngineering Service�s ATT�ST: i - . j , _ �/� G�c�ria Pe�r�on City Secretary . CITY OF �ORT WOF�TH ., , . � - _ _ .� , , ; _ B � _I, - . Bridg�#te G rrett Acting Assistant City Manag�:r l� _ ��1�� _ - �Ar�t,��e� ,�i`��7�'x���a�tion . , � -� �,?�- C��-,-. .�. t— - --- Da�e APPRQVED AS TD FORM AND L�GALITY I W City Attomey �,�.�no�'Ca 3�c��: - v A. Douglas Rademak�r, P.E. Director, Engineering Department ; , =►� ► _.• ► i . � / � By,� .��- Rnberk �. Pence, P.�. Pr�sident � , -���- ���u � �, '' li� '�f'�� 4����°�I�, : -.-,�,,���� I �+ - . /� TiAC{�I4��i1lT ���•• :�- ..- . -. "Scope of Services se# far�h he►�sin can anly be madi�ed 6y addi�ians, clatr�cafions, and/ar delefions se# farth in fhe supplemerr#al Scape of Services. !n cases of conflici between fhe Supplementa! Sea�ve of S�rvices and the Cen�ral Scop� ot Services, fh� Supplemenfa! Scope of Servic�s shall hav� p►�c�dence c�v�rthe General Scape of Seniicas." _� 1) ��liminar� Canferren�e wi4h Ci4y The Engineer shai! atierid preliminary conferertces with autho�ized repres�ntatives oi the City regarding the scope of project so th�t t�e plans and sp�cificatians whi�h are to be d�veloped hereun�ler by t�re Engineer will resul# in praviding facififies whic� are eco�omical in d�sign and eonform to the City's r�quirements and budgetary constraints. 2) Coo�dinati�n wi�h �utsici� ��er�cie�l���li� �n�iti�s The Er�gineer sF�all coordinate with officials of oiher outside agencies as may be neces�sary �`or the design of the praposeci street, and storm d�ain �nd/or water and wastewater facititieslimprovements. It shali be #he Engine�r's duty hereunder to secure necessary informatian from such au#side agencies, ta meet their requi��emer�ts. 3) Geotechnical {n�e��i���ians The Engir�eer shall advise #h� City of test borings, and other subsurr'�c� investigatic�ns that may b� needed. 1n the event it is de#ermined necessary ta mak� barings ar excavat� test hofes or pits, the Engineer shal� ir� cvardina�ion with the City anr� the City's geotech�ical er�gineering consultar�t, draw up spe�i�cations for such tes#ing program. ih� cast ofi the borings or exc�vatians shail he �aid fvr by the City. �#} Agr��m�nts �nd Permii� The Engineer sh�N campiefie aA formslapplicafions ta alfow the City of Fart Worth to obtain any and all agreements and/ar permits norm�lly required far a proj�ct of this sixe and type. The Engin�er will be res�onsibie for negotiafing �nd coardinating to abiain approvaf af th� � ager�cy issUing the �greement a�nrJlar p�rmits a�d vfri�l m��e any revisions necessary to bring the pl�ns inta compliance with th� requi�m�nts o� said agency, inciuding hut not limited to highways, railroads, water authorities, Gorps of �ng�neers and oth�r utiliti�s. 5) �e�ign �h�nge� ���afiin� t�a ��rmifii:ing A�fih�rifii�� lf permitting authorities r�qu�re dasign ch�r�ges, the Engineer shall rs�ise the pKa�s and specifications as required �t th� Engineers awn cost and expense, uN�ss such changes are required due to changes in the desigs� of the fac'slities m�c�e by the -i- � permitting authority. If ��ch changes are required, the Engin�er shall notify the City and an amendment to the cont�act sha�l be made if th� �ngineer incurs additional cost. If there are unavoidable d�lays, a mutualty agre�a�le and reasonable time ext��sion shall be nega�iated. B) Plan S��mii��l Copies ofi #he original plans shall be p�ovided o� reproducibie mylar or appro�ed pl�stic film sheets, or as atherwis� approved by the D�partment of �ngir�eering �nd shall become th� proper�y of the City. City ma�r use such drawings in any manner it desires; provided, hawever that the Engineer shall nat be kiabie far the use of such drawings for any project other thar� th+� projec# desc�bed herein; and fu�rtl�er provided, tha# the Engineer shall not be liable �ar the cnnsequences of �r�y change� that are m�de to the drawings ar changes that are made in the implementatian of the drawings without #he written approvai af the Engineer. Ri�AS� � 7) R��hiaof-I�Wa�, �a��men� antl Lanc� A�quisi4i�n hle�d� The Engineer shall c�e#ermine the rights-of-way, e�sement needs fnr the construction of the project. Engineer shall determine ownership of such land and fiumish the City► with the necessary right af-way sketches, prepare necessary easement descriptions fnr acc}uir�ng the rights�of-way and/or easements for the Gtinstruction of this praject. Sketcf�es and easement descri�a#ians are ta be prasen#ed in form suitable for direct use by the D�{�artment af �ngineering in a�tainir�g rig�ts-of�way, easem�nts, permits and Iicensing agreements. AI! ma#erials shal! be fumish�cl nn the appropri�te City forms in a minimum af four {4) copies ��ch. 8} ��sign S�arr►ey The Engineer shall �rovEde nec�ssary field survey for use in the preparation of Plans and Specific�tions. i'�e Engineer shall fumish the Ciiy certified copies of the field data. 9) U�rii�y ��a�inafei�n The �ngineer shafl coordinat� with all utilities, including utali#ies owned by the City, as to any proposed uiility iiens ar adjustm�nt to e�ci�sting utility li�es within the project limits. The information abtainec! shail be shown on the conceptual plans. The Engineer shail shaw on the preliminary artd final plans the iocation af the propased utility fines, existing utility lines, based an ihe infiorm�tion pro�ided by the utility, and any adjus#ments andfor relacation af the exist�ng lines within the project limits, The �ngineer shali aiso evaluate th� phasing of the water, was#�water, streefi and drainage work, and shall submit such e�aluation in wr�ting to the City as part of tt�is phase of the proj�ct. -2- 10) C�r�c�pt�al Pl�n� The Erigineer sha�l fumish four {4} copies of the P�ase 1 concept engineering plans which inclu�e layouts, pr�liminary right-o��way needs and prefiminary estimates of probable construction casts for the Engineer's recommerided plan. For all submittals, t�e Engineer shail submit p�ans and documents for streetfstorm drain and waterlwastewater facilities. The Enginee� shalf rec�ive written apprava! af th� Phase 1 Plans from the City's project manager before proceeding wi#h f�hase 2. PF6i��� 2 11 } �e�ign �a�Ca The Engineer shall pravide d�sign data, reports, cross-sections, prafil�s, drainage caiculatians, �r�d preliminary �stim��es af probable constructio� cast. 92) �nelim�nary C�n�fr�action f�lan� ancl i�chnical Speci�ca�ion� The Engineer s1�a11 submit twenty (20} copies of Phase 2 preliminary construction plans a�d five (5} copies of the pr�iiminary technical specificatio�s fvr r�view by the City and far submissian ta utility companies and other ag�ncies for the purposes of caardinati�g wark with existing and propased uti�ities. The preliminary canstruction plans shall indicate location of existinglproposed utilities and starm drai� lines. The �ngineer shall receive written approval of the Phase 2 plans from the City's project manager befare proceeding wiit� Phase 3. �F�A�E 3 13} �inal Con�iruct�on Plan� The �ngineer s�all fumish fi�e {5) copies of #he final constructian pl�ns and contract specificaiions far r�view by the City, 't4) �efiail�d G��t E�t�ma�� The Engineer shall fum�si� four (4) copies of detail�d estimates of probabte car�struction cos�s for the authori�ed cons#ruction project, which �hall include summaries o� bid items and c}uantities. 15) i�l�ns nnd Sp�ci�ica�ion App�aval The Engineer shal! fumish an original �over mylar fnr the signatur�s of autho�ized City afficials. T�e Contract Documents sh�il comply with app�icab4e local, state and federal laws and with applicable rules and regulatians promulgated by lacal, state and national hoards, bureaus ar�d agenci€s. The �ngineer shall rec�i�� written approval o� thc� Phase 3 plans fram the City's praject manager �efore prace�ding with Phase 4. -3- PHA�� 4 16) Final Approv�d Gon����iion P�I�ns The Engineer shafl fumish 45 bound copies of Phase � fir�ai approved constnaction pians and contract specifications. The approved plans and contract sp�cifications shall �e used as autho�ized by the City for use in obtaining bids, awarding coritract�, and constructing the project. 1 �) 9idti�ng po�si�t�nc� The Engineer shall issue addenda as apprv�riate to interpr�t, clarify, or expand the b�dding docume�ts, and assis� the owner in determining the qual�fiications and acceptabiiity af prosp�ctive constructors, subcontractors, and suppliers. When substitta- tion prior t� t�e award of contracts is allowed by #he i�idding documer�#s, the Engineer will advise the owner as to the accep#ability of alt�rnate m�teriafs and equipment proposed by the prospectiv� cons#�uctors. 1 �) ����mmend�tion �f Award The �ngineer shail assist in the tabulation and review af all bids received for the constructian of the p�aject and shalt malce a recommendation of award to #he City. 19) Pr�bid Conf�rer�c� Th� Engineer shail attend the prebid canference ar�ci the bid npening, prepare bid tabulatior� sheets and provide �issistance to the owner ir� evaluating 6ids or propasals and in assem�ling and awarding contracts for construction, materiais, equipment, and services. �HAS� � 2a) Pr�con�truc4ion Gonf��+enc� Yhe Engine�r shall attend t�e pr�construction confer�nce. 2'i) C�n�ir°�cYi�n �u��y Th� Engin�er shall i�e availabls #o th� City on matt�rs cvncerning the layout af the ptoject during its co�struction and will set control points in #he #ield ta allow City survey crews tn stal�e the project, The setting of line and grade stakes and rnuire inspectian of constructiar� will be performed by the City. �2) ���e Visits The �ngin�er shall visit the project sit� at appropria�te infervals as Gons�ruc#ian proceeds to obser+re and repo�r on the pragr�ss and th� quality of the executed work. -4- 23) Shop ��awing Revi�w The Engineer shall review shop and erection drawings submitted by the contractvr �or compliance wi#h design concepts. The Engine�r shall re�i�w I�bora�ory, shop, and mill test repo�ts on materials and equipment. 24) tnsfr�c�ion� f� Gon�ra�ior The Engineer shail provide necessary ir�terpretatians and ciarifications af contract documents, review change arde�s and mak� recammendatio�s as to the acceptability of the work, at the r�quest o� the City. 25) �if��ing �if� Candifiian� The Engineer shall prepare ske#ches required ta r�solve p�oblems due to actua! field condit�c�ns encountered. - 26) �eco�d �rawin�s The �ngir�eer shal{ prepare recard drawings fram informa#ion submitted b�+ the contractor. . -5- EX�IB�T "A--]." SUPPL�MENTAL SCOPE �F SERVICES (SUPPLEMENT TO ATTACHMENT "A"} The follawing is a clarification of t�e tasks that the ENGINEER will per�orm under A.TTACHMENT "A". Work undex this attachment includes engineering services for water system improvements for the following: Approxim.ately 29,700 feet of 54" water transmission lzne frnm the Holly Watex Treatment Plant to the groun�. s�orage tank on Az1e Av�nue. The wateriine will also include connections io eacisting 12",16", 20", 24", 30", and 36" waterlines along the route and a replacement waterline for an existing 24" water main. It will alsa include a meter station ta m�ter #lows in the 54" pip�:line. Upon receipt of natice to procaed, the ENGTNEER will perfozm the fo�lowing tasks. PART A — PRE-�NGINEERING 1. Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and docurnent xneetings, as zequired, to discuss and cooxdinate vairious aspects of the project and ta ensure that the project stays on schedule. Foz purpose of establis�ing.a Ieve� oicomfort, threa (3) meetings are anticipated. These include the followiu�g: Qne (1) pxe-design kick-off ineeting, (ineluding the CITY's Departrnent of Engineering and other departrnents that are impact�d tay the project). Two (2) rev'iecu meetings at completion of the CITY's review a� the conceptual engineering plans. b. Data Cal�ection/Route Analysis b.l Canduct data col�ection ta abtain pertinent infozmation regarding existin� utilities, existing right a� ways, easernent azzd land acquisition needs. ENGINEER will utilize Appraisal District �Vlaps to indicate property ownership. � b.2 Cvordinate route analysis with ather agencies including utilities owned by City, TX.DOT, railroads, pr�vate businesses and �ranchise utilities. . ,b.3 Prepare a detailed route analysis for the propased waterline examining a maximwn of three alternative routes. The route analysis will be based upon constructio� cost, permitting requirements, right-of-way requirernents, project schedul�, public im�pact, system h�rdraulics and long term accessibility and maintenance. A-1.1 T:1Fort Wo�thi48 Haily Linelfortworth54-praposal-rev.dac b.4 Tdentify en�rironmental permitting requirements for alternative alignments. Possible permitting consideratians or issues may include General Land Office easeznents for state o�wned riveri�eds; U. S. Army Coarps of Engineers Seetion 10/404 permits for activities in �aters of the U. S.; ' culttu'al resouxces; threatened and endangered species; and Corridor Development Certificate (CDC) requirem�nis. Cao�dinat� with the USACE real estate divisioxz to obtazn an easement for use af USACE fee-owned land if needed b.5 Perform a pre�iminary geotechrucal investigation of the alt�rnative routes. Review the Dallas Sheet of th� Geolagic Atlas of Texas and the Soil Survey of Tasrant County, Texas to detersnine general subsurface canditions to be expected along th� proposed pipeline routes. Contact TRWD and coz�tz'actors to discuss their exgerience with rzver crossings in sirnilar locations and constraints that may limr.t tha crassing methads to be considered. Prepare a rnemo discussing th� general subsurface conditions expecied along tk�e potential routes, major �' geotechnical design and construetion issues, and c�ifferences between the routes. b.6 Assist �e City with public invalvement. ENGINEER will assist tlae City with a tota:l of 8 public meetings. It is suggested that the public rneetings b� held during the �oute �election phase and th� before canstruction begins. ENGINEER will provide �or these mee�ings: • Working wii� the City's Communication Departzza.ent, we wi�l design 1-page natice, w�uch the City can copy and post in public axeas, distribute through mailings or hand-deliver to affected homeawners, and a sugges�iozz/comment sheet for meeting atter�dees. . • Cooxdination of inee#ing Xocation (i.e., schoals/recreatxon cez�ters near each subdivision) a Graphics and presentation materials for public meeting and • Attendance and pa�rticipa�ion in meetings. b.7 Following the rou�e anaJ.ysis, the E�iGTNEER shall identi�y the �roposed water transmission Iine route. .Coardina�ion mee#ing will be heXd with City to discuss alignment and coordinate design issues. b.8 Evaluate the impacts of selected route to exi.sting utilities and streets and prepare an updated construction cost estimate. b.9 Prepare and send Route Ar�al3+sis M�moranduin showing pipeline sizes and locat�on, location of meter station, major axisting conflicts a.nd recommended �asement rec�uirenn.ents for various sections of the pxoposed water transmission prnject. 2. Mnnt�ly Progress Report az�d Neighbnrhood Newsletter a. 'T�ze ENGINEER shall submit a progr�ss schedule after the design contxact is fuIly cxecuted, The schedula shall be updated . and submitted to the CITY alang with month�y progress report as required under Attachtnent B-1 ofthe contract. b. . ENGINEE� vvill prepare a quaxter�y newsletter detailing the status of ihe project for disbribution ta the affected Neighboxhood Assaciation. The newsletter will be reviewed and approved by the City prior to d'zstribution. A-1.2 T:1Eort Worth148 Holly Linelfartworth54-prapasal-rev.doc PART B-- COrNSTRUCTiON PLANS AND SPECIFICA'I'ION 1. Contceptual Engineering i. Surveys for Design a. ENGINEER will perform field stxz"veys to collect horizontal and vertical elevations and o#her information which rvill be needed for use by the ENCr1NEER in design and �— " preparation ofplans far the project. In.�armation gathered during the survey shail include �`� topogz�aphic dat�, elevations for all sanitary and adjacent starm sewers, rixnlinvert elevatzans, �ocation of huried utilities, s�ructures, and ather features ralevant to #�e ftnal plan sheets. For sewer Iines located in alleys and backyards, ENGINEER will obtain the followixag: , O�tain permission far surveying thraugh private praperty Locate ho�zontal and vertical alignment of utility lin.es. Tis improvements, trees, fences, walls, ete. horizontally along reax lines in azi appro�imatE�y 20' wide strip. In addition, locate all rear house corners anc� building corners in backyards. Campile base plan fram field survey data at 1"— 20' horizantal and 1" = 2' vertical scale. � Prafile existing water aud/or sewer line ce�.terline. Compile base plan from fieid survey data at 1"-20' scaie. When eonducting design survey at any location on the proaect, t�e consultatit ar i#s sub- cansultant shall carry readily visible information identifyi�ig the name of th� cornpany and the company representative. All company vehicles shall also be readily identified. b. Engineer Will Provide the Following Inforrnation: All plans, f eld notes, plats, maps, legal d�scriptions, or othar speeified documents prepared in conjunction vvith the requ�sted services shall be provided in a dzgital format compatible with ihe electronic da�a collection and comput�;r aided design and drafting software currentl� in tase by the CITY Department of En�.gine�ring. �111 text data such as plan and profile, legal descrzptians, coordinate fi.les, cut sheets, etc., shall be provided in th� A�r�erican �tandard Cotie for Information Interchange (ASC� forinat, all drawing fzles shall b� provided in Autocad (DWG or DXF} �'armat, or as othexvvzse approved i�t writing by the CITY, a.ra.d a11 clata collected and generated during the cc�u;rse of the praj ect s�iall became th� property of the CIT"Y. The minimum information ta b� provi.ded in ihe plans shall include th� following: 1. A Project Control Sheet, shawing ALL Control Paints, used or set while gatherin� data. Generally on a scale not less than 1:400. A-1.3 T:IFort Warthlh8 Holty Line\fatworth54-proposal-rev.dce 2. Tk�e following informatiozz about each Control Point; a. Identifed (Existir�g City Nlontunent #$901, PK Nail, 518" Iron Rod - b. X,Y, and Z Caordinates, in. an iden�ifzed coordinate syst�rn, and a re�e�ed bearing base. Z coordinate on City Datuzn Only. c. Descriptive Location {Ex. Set in the centerlxne of the inlet in the South cuxb line o�North Szde Driv� at the East end of radius at the Southeast Corner of North Sida Drive and North Maan Street.) 3. Coordinates on all P.C.'s, l�.T.'s, P.I.'s,lVianholes, Val�es, etc., in the same coordinate systern as Control. 4. N� le�s thazx two horizontal conirol poitxts, per line or �ocaiion. ��� 5. Bearzngs given on all proposed centerlines, or baselines. 6. Statian �quatians relating utilitzes to. paving, when appropriat�. ii. Public, �lotificatiart and PersonneWehicle Idenii�ica�inn �'rior to co�ducting design survey, ENGIlVEER r�ill notify affected rasidents af ihe prajcet in tivriting. The �otification letter shall be on company Ietterhead and shall include ihe �ollowing: pxoj�ct name, limits, DOE project z�o., Consultarzt's project manager and phone no., scpp� of survey work and design survey schedule. The letter will be reviewed and apgroved by the City prior to distribution. VVhen conducting site visits to the pz�oj�ct locataan, the consultant ar any af its sub- coz�sul�ants shall carry readily visible i�ormation iden�ifying t�e name of the cornpany and tile campany represantative. All company veh�icles shall also be readily identifiable. iii. Conceptual En�ineerin� F1an Submittal a. Route r�nalysis Memarandum shall be submitted to City 90 days after Notice to Proceed Leiter is issued. b. The Ez�gineer shall pe�rform cancepival d�sign of the proposed improvements and furnish four (�4) copies ofthe concept engineering plans which includes layouts, preli�ninary right- of-way needs a.nd cost estimates for �ne E�iCrINEER's recommended plan. ENGINEER sha11 perform remaining field suzw�ys requirec� for final design af selected route(s}, The ENGINEER shall a.lsa evaluate th� phasing aithe watex improvements, and shall submit such evaluation in writing to the City as a part of the concEpt phase of the project. All design shall be in corzformance with Fort Worth Waier Department policy and pxocedure for processing water d.esign. �NGINEER shall zeview the City's water master plan and provide a summary of findzngs pertaini.�ag to the pxaposed project. A-1.4 T:1Fort Worth148 Hol{y L9nelfatwarth54-propasal-rev.doc �. Preliminary Eugineering Upon approval of Part B, Section l, E�IGIlVEER �iIl prepare preliminary construction plans as follo�vs: a. Ide�.tify metering size neec�ed fox the pipelirie. Metering sites along with land acquisi�ion and accessibility requirements will i�e determined. b. Perform computer modeling of tYze propased �aterline and associated water systexx� to determine the apprapriate pipe size. Use H2Q Net Software for this.analysis. _;— �-- "� c. Overall water layout sheets and an overall easement layout sheet(s). d. Pre�iin�inary project plans and pro#'�le sheets which show the following: Proposed water �laanlprofile and recommended pzpe size, %re hydrants, water sez vice lines a.t�d meter boxes, gaie valve�, isolation valves ar�d aLI perti.nent information needed io canstruct th� project. Legal description (Lot Nos., Block Nos., and �lddition Names) along with addresses sl�ali be pravided on t�e plan view. � e. Conduct design survey £ar water transmissi�n line and metering station. Design surveys wiIl include horizontal and vertical survey control far the entire length of the praj ect with iron rods. at a11 PT's and control points not to exceed 5Q0 foot intervals. Survey will identify pxoperty � boundaries, one foot tapagraphic contour�, raadway sur�aces, river and levee topo, utilities and other features needer� for design and establishment a� monumentation clu.ring constru�t�ion. £ Cond�ct geotechnical az�.alysis af groposed water transmission line to evaluate subsurface soil and ground water condi�ians along xoute �.nd to assist in design of structures associated with the project. Review the pipeline alignment to identify the laca.tions where borings ar� desirable, such as at bored road, levee, and railroad crassings, river crossings, and major changes in expected soil conditions. Select specific locatians for aboui 15 exploratory borings. Work with p�ojeet s#aff, DigTess, and locators to seleet and stalce the specific locataons after checking undergraund utilities, o#her existing construction, and acc�ssibility. Subcorztract with a drilling firm to drill fourteen boz�ngs, 1,0 of them about 15 feet d�ep and �4 Qf them to Sa feet deep, obtain samples for testing at f ve-fnot intexvals, core bedrock �vhere encountered, instail observation wells in 5 ta S horings and backfill the xeu�aining borings tiwith cuttings or b�ntonit� c�tips as directed. FNI will provide a g�ologist or engineering intern experienced in logging borings to direct the drilling, log the borings, recoxd recvvery and RQD of rock cores, and handle the samples. Cooxdina#e with the drilling firm, City, and FN! geologist or engineer to schedule and corr��lete the field inuestigation. FNI will mark borings for f�ztal laca�ic�n and elevation survey by others. Subconsultant wiIl obtain one additional samp�e from �ac� boring frnzn a depth �rithin the pipe zone for conosion #esting hy the cozY'osion subconsultant and slup the additional samp�es to the corrasion subcansultant. Select samples for laboratnry testing, assign tests, deliver the samples to a_subcon�act laboratory for testing, aiad review the test ;results. T�sting is expected to include classificatzon series {wa#er cantent, liquid and plastic lunits, and percent passing #2�0 sieue), sieve analyses,, unconfined compressian of soil saznples, unconfined compressian of rock samples, and watex content tests. Review the subsurface� conditions and soil groperties disclosed by the znvestigation and discuss the implications for design with FTTI pipeline designers. Prepare a report of the geotechnical investigation presenting the boring locations, boring logs, laboratflry test results, and well A-1.5 T:1Fart Worth148Holly Linelfortworth54-praposal-re�.doc iz�stallation reports. FNI_engineer will prepare a report that includes a discussion Q�thE general subsurface conditions along tl�e route and thEir influence ari design, a discussian of construction issues, and recominendations for design. � Consult �wiih FNT designers and the City duri:ng de�ign to help apply the findings of the it�vestigation to specific design issues. Review selecied plans and spec�cations ta verify that recommendations have been interpre#ed as intanded and reflected in the documents. g. Pregare corrasion protection recommendations for the proposed watexline for up ta twa pipe materials. Perform a field survey of the pxopased pipelizze alignment ta determine parameters important ta the corrosion pxotection design. Perform up ta 33 soil resistivity tests along th� pipEline route, ineluding one at each end of the pipeline. Investzgate existing utility lines w�th r�spect to existing ca#hodic protectic�n systems and their potentzal impacts on the praposed " vvaterline. S�.0 vey the pipeline route �or stray DC earth current acYivity and identify a�gropriat� ��` ` Iocatians for stray curre�.t control devices, Survey the pi�eline alignrnent for possibie induced AC interference and the neeti for protection under �ault condi�ions. Perform data and Iab analysis on the selected saz�pl�s and detez�mine results %r soil resistivi�y, pH, chloric�e content, suifide content, and AC and DC interference. Prepare recommend�.tzons for design of pip� joint bo�ding, flange isolation, electrical isolatian at borings, test stations, stray curr�nt interference mitigation, AC in#erference rzutigation, aaad cathadic protection. h, Prepare Coxps of Ez�gineers- 404 Nationwide Permit applications for the proposed river crossings and at other crossings of jurisdictional waters. Coordinate design af the proposed water Iine througb Corps of Engineers propez�ty and flowage. easements, such as at the levee crassings. Prepaze easement applications as needed for Corps impacts. Aftex approval of conce�tual design, the ENGINEER sha�l prepare and submit perrnanent and canslxuction easement documents with exhibits and IegaJ. descriptions sealed by a registered surveyor. A maximurn of forhy (40) easement docum��is are anticipated for the Holly 54" water transmission lin�. � Addi�ional easements shall be cansiderecl adc�itional services, and can be �repared at the cost per each indicated in Exhibit B-3C plus 10°/n subconsultant markup. j. Exis�ing utilities and utiliiy easements will be shown on the plan and profil� sheets. ENGINE�R will eoordinate with utility companies and the City of Fort Worth to determine if any future imgrovements are planned that may irnpact the project. k. The ENGINEER shall make provisions for reconnecting all water service lines which connect directlp to any main being replaced, including replacernent of existing service lines witliin City right-of-way ar utility easement. When the existing alignment of a water main zs changed, provisions will be made in the final plans and/or specifieativns by the ENGi�NEER fio reloc�te all senrices which are ct�nnected to i'he existing rnain and connect said service iines to tha relocaied ma.in. The ENGINEER will prepare standard and special detail sheets for watex line installation that ar� nat alxeady included in the D Section of the City's �pecificatiQns. Tk�ese may include conncciion details between various parts of the project, tunneliz�g details, bo�ng and jacking details, waterline relocatians, details �nique to the construction of the project, trencbless deta.ils, and special service reconnections. A-I.6 T:1�'ort Warth148 Ha11y Linelfortworth54-proposal-rev.dnc ria. ENGINEEIz shall proce�d w�ith, SCADA and z�strumentation design for the xneter station includzz�g line of sight study, and deterrninzng required electarical suppl� and related appurtenances. n. Right-of way Research The ENGINEER wi11 conduct preliminaryresea.rch �ar availabi�ity oiexisting easements where open-cut construction or xclocation of exisiing al�gnments is probable. Temporary and germanent easements will l�e appropriated based on available information and recommezadatians will be made for appraval by the City. o. Right-of-way/Easement Preparation atzd Submittal �� Pzeparation and subm.i.ttal of right-of-way, easements and right-of-entry vwill be in conformance with "Submittal of Infozmation to Real Property for Acquisition of Proper�y". p. Utiliiy Clearance Phas� T�e ENGINEER wi�l consult r�ith the Ciiy's Water Department, Department of Engineering, aad other CITY departments, pub�ic utilities, private utilities and governsnent agencies io determine the approximate location of above and underground utilities, and otkzer facilities that have an impact ar influence an tk�e project. _ ENGTN�ER will design Ci-ty �acilities to avoid or rninimize ec�nflicts with existing utilities. The ENGIN�ER shall deliver a minimum of 13 sets of approved prEliminaty canstruction plans ta the City's Utility Coordinator for forwarding to aIl utility campanies, which have facilities wzthin the limats of the project. q. Preliminary canstruction plazz submittal i. . Pxeliminary plans and specifications shall be subrnitted to City 180 days aftex approval of Part B, Section 1. ii. The ENGIN'EER sha11 d�iivery two (2) sets or preliminary construction p�ans and two (2) sets of speci�'i.cations and cantract documents to CITY for review. Generally, plan sheets s�aall be orga.nized as follows: Covei� sheet Easement layout (if ap�Iicable) Plan & �'ro�1e Sheets Standard Construction Detail� Special Deta�ls (if applicable} iii, The ENGIlVEER shall submit a preliminary estimate of �robable construction cost with the pre�iminary plans submitted. ENGINEER shall assist City in selectin�he feasible andlor economical solutians to be pursued. r. Re�view Meetiz�gs with City A-1.7 T;IFort Worth148 T�olly Linelfortworth54-proposal-rev.doc The ENGINEER shall meet �th CITY to discuss review comments for prelirninary submittal. The CITY shall direct the ENGINEER in wrrting t� proc�ed with Final Design for Final Review. s. Public Meeting After the preiiminary plans have been re�iewed and appraved by the City, ENGINEER shall prepare exhibits alang with an invitation letter and attend public meeting ta help explain the proposed projec# to residents. The CITY shall mail the invitataon l�tters. 3. Final Engineerin� Plan Submittal -� a. Final Construction Dacumen#s shall be submitted to CITY 60 days after approval ofPart B, S�ctian �. Following CITY appraval of the recornr�nended i�nprovements, the ENGINEER shall prepare final plans and specifications and cantract documents to CITY (each sheet sk�all be s�amped, dated and signed by th� 'ENG�NEER) and suhmit two (2} sets of plaris azad construction cantract documents within 15 days o� CITY's final approval. P�at; sets shali be used for Part C activities. b. ENGTNEER's Estimate o�Pxoba�le Construction �nst T'he ENGINEER shall subrnit a final estirnate of pxol�able canstruetion cost with th� final plans submitted. PART C — PRE-CONSTRUCTION ASSISTANCE Adm�nistra�ion a. Delrver Bid Dacum€uts The ENGINEER will make availabie for bidding, upfln request by the CITY, up to fifiy (50) sets of the fmal approved and dated plans and specif cations and contraet documents for the projects to the CITY for distribution to potential bidders. Praposal will be delivered in electronic format. b. Bidding Assistance The ENGINEER shall asszst the CITY during phase izac�uding preparation az�d delivery of addenda to plan holders and r�sponses to questions subinitted to the DOE by prospective bidders. Engineers shall attend the scheduled pre-bid conference. The ENG�NEER shall assist in xevi�wing the bzds far completeness and accuracy. The ENG�NEER shall attend the project bid operung develap bid tabulations in hard copy and electronic format and submit �our (4) copies of the bid tabuiation. c. Assis�ance During C�nstruction A-1.8 T:1Fort Worth148 Holly I,inelfatworth54-proposal-rev.doc 1. Assist City in con.ducting one (1) pre-construction conference for each constructzon contract vviih the Contractor. Review construction schedules prepared by the Canixactar(s) pursuant to the requirements of the cons�r�ction contract. 2. Review submi�Cals and shop drawings associated with contz�act documents. 3. Conduct field visits to observe p�ogress� and quality of construction. Provide technical assistance ta the City to answer questions that may arise in the canstructian, � 4. Conduct, in cozn�p�ny with City's repres�ntative, a fnal revicw of the Project for confarmance with tb.e design concept ofthe Praject and general cornpliance with the Con�ract Documents, and review and comrnent on the certi�icate of completion and the _ recomznendatian for fmal payment to ihe Contractor(s). S. Prepare ane (1) sei of reproducible Record Drawings based upon informationprovided by the City. T:1Fort Worth148 Holly LinelfatworthS4�roposal-rev.doc A-1.9 ATTACHMENT B COMPENSATION AND SCHEDULE 54-�NCH H4LLY WATER TRANSMISSION MAIN I. CONIpENS,AT70N A. The ENGINEER shall be compensated a lump sum fee Qf $925,449 for Basic and Special Seivices ` as summarized on ExYubits "�-3" and "B-4". Payment o�the lump sum fee sha11 be cansidered full -� corr�pensation far the services described in Exhibit "A-1" �or all labor, ma�erials supplies and equipment necessary to complete the proj ect. � B. Partial payment shall be mada monthly as stipulated on Exhibit B-1 upon receipt of an invoice frorn the ENGXNEER, prepared from ihe books and records of the ENGINEER Each i�voice is to be verified as to its accu�tacy and compliance with the �erms of this contract by an officer of the ENGINEER. Payrtisn.t according to stateznents wil� be subject io certification by the Director of Engineexing Departmerzt or his authorized representative that such work has been performed. Ii. SCHEDULE � A. Part A— Raute Analysis Memorandum and Cancept Engineerixzg Plans will be subrnitted 90 days after the "Notice to Proceed". B. Part B— Preliminary plax�.s, specifications a.nd cantract documents will �e completed 180 days after City approval of Concept Plans. Final plans, specifieations, can�ract documents and cost estimate will be completed 60 days after City approval aiPreliminary Plans. C. Phase C— Bidding andAvv'ard will be completed ati estimated 18Q calendar days after the City's approval of Final Design plans, specifications and contract documents. D. Canstruction wiil have an est;imated completion date 18 months after contract award. T:1Fort Worth148 Holly I,inelfartworth54�raposal-rev.doc EXHIBIT "B�1" METHOD OF PAYM�NT (SUPPLEMENT TO ATTACHMENT "B") I. METHOD OF PAYMEN�'5 The ENGINEER shall be �aid in monthly partial payments as outlined below: A. The ENGINEER shall be paid in monthly paym�nts upan the receipt of individual invoices for eacI� partial pay�nent requesi from the ENGINEER. �" K" B. Partial pay�r�.ents shall not exceed the equivalent of 40% of the total lu�np sum%e, until City ' approval of Exhibit A-1, Part B, Section I. C. Partial payments shall not exceed the equivalent of 70% of the total lump sum �ee, until Ciiy approval of Exhibzt A-1, Part B, Section 2. D. Partial paymen�s sha.11 not exc�ed the equivalent o£ 95% of the iotallurnp sum fee, until City approval of Exhibit A-1, Part B, Sec#ion 3. E. The halance of the luzzap sum fee shall be payable aft�r Part C. II. PROGRESS REPORT A. The ENGFNEER shall submit. to the designated representative of Dixector af Department a�' Engineering monthly progress r�ports covering all phases of design by the 15'� af every month in ti�e format required by the City. B. If the ENGINEER det�rinines in the caurse of rnaking design dxavvings and specifications that the construction cost estimate of $1 i3Ob5,100 will be exeeed�d whether by change in scope of the Projeci, increased costs or othar conditions, the ENGINEER shall immediately report such �act to thc City's Director of the Department of Engineer and, if so instructed by Di.z�ector of t.he Engineer Department, 5��� S115�7ET1Cl all work hexeunder. . T,IFort Worthla$ Holly Linalfortworth54-proposal-rev.doc �xxrBtx sz COMf'ENSATIOi�1- LUMP SL1M �:�=. -_-.__ p. Brs�c 3erviter Compensation ro pNf for �he Hasie Services in Anachment "A" and ��ihit "A-I' shall 6a the lump sum oF �ne Hundrad'Twanty FiMe "f'honsand Faur Hun&ed and Fourty Vine �pllars {5425,499j, If Fi'n sees tkeScopa of Services changing m liint addiGonel eervieea ve needed, FM will nauFy OWhlER for OWNEAs approval heFare proceeding. Addibooal Seevicc shall bo w�np�u� on ihe Schedule ofCharges. ' � Scheduie of Charen: POSI'1'IOn PRR�RCIPAI. SEi�![OiL COFISUl.TANi I�TANAGEli-tOCA3. OFFICE G&�[SP MANAGEI! SR DISC�LINE LEP.DBit - aISCIPl.IN�'LEADER � PROGRAM MANAGER ENGiNEER VE ENGINFER V sNcn�r�� �v ��n+�t �rir�xrr m ENGItdEER INCERN Q � � ENGIN��R IIVTERN [ � �' ELECfRICAL ES9GINEER VI �r.Ecrxrc,u. eFtcnv�Rv �.ecrxic,u. �vcnvsxx ry ELEC11tlCAL ENGINEER [NTERN ¢ MECHANICAL ENGINk'ER VI ]NECHAFJICAI. ENGINEPII IV htHCHANICAL ENGTNHSA IN7ERN Ill RES�E3V7' P.NGRfEPR SETEIOR RE5mENC1' REPA65IId1'ATIVE CONSTRUCTION PNASE PROlECT MpNAGER 5PECIAL7'Y OHSEAVBR SR A�5IGNER AESICrNER Q ' . n�sr�e r SEMOR ETfGINEER[TfGTEGEiMCIAN ENC[NEERlNGTECHMICIAi9 ' lEC1iMCIAN II TECtINICIAN I �RAFI�R ESTIMATORISCFF�Dl7i.fiR ODCUMfiNT COMItOL C1,ERK �TNERONMENfAL SCI�NT7Si Y SNVIROhlhrtENTAL SC1�N77ST IV ENVIRQNMEN7'AL SC1ENflST i� EPMRO[�TA�t7TAL SCIENTiST 1 SEi�f[OR ARC}i1TELT I�RCHITECT V ARCHLTEGT EV ARC}�ll]'EGT [ll • ARCklI'E'ECI' [I ARCHfTEC7'i HY➢ROL4Gi5T V HYDHOLDGISTIV � HYOROLOGIST 1 GEOTECf�N�CAL EiJGIT7�k'Ft Vl SEMOR GEOLOGIST WORD PRQCFSSINGlSECRE'fARIAL . OPERAlIONS ANALYST CONTRACC ADt�QNI3TRAT0A 18fFOI�MA170N $ERVIC6S CLERK CO.OP The ranpn and indiridu�l ealarie� �YJi bs aJj��led ennually. RATESFOAINWOI15E9ERVICES Computer and CAI] PC CAD Slauons PC Siatiana YAX Computer �rinlShop 91ue]ine5 QF%el and J(erox Cppies Offse� and Remx Copieti GBC Sinding(Reg. Cover) GBC Sinding(Emboss. Cover) T¢{w BindingRRag. Carer) Tape Binding(Em6osa. Corer) C�Icomp Plader Si0.00 per hour Bond SZ.04 per plot 58.�0 per hour ' Colar 3150 per plol 520.90 pm iwur Vellum YI,U6 per plol Mylv Slo,U6perploi MIN I87.02 88.79 l4&.90 I60.09 177.93 83.39 I05.24 l l LGO I6M1.44 9239 82.i9 �sa 5T.50 iao.�a 1e6.24 kIP.72 85.6$ E41.27 85$Z 74,Z1 1 t G.73 90.8fi SZ.76 80.27 9Z.82 47.45 60.23 rlaa ss.ia ' S7,60 SS.fi2 47.52 68.7fi 47,20 9P.�0 71.44 Gd.41 54.18 f 20.10 f ] 1.64 � 82.55 90.2] 1a.� r fi2.B2 8T.94 78.96 37.27 123.fi3 9U.72 d'7.30 68�5 67.47 35.53 2A.3A 50,08 per square fom S0,0T per �ingla sida copy 50,14 per douhla eide mpy � 52,60 per600k Sd.00 per baak 51.75 per Look 57.T3 par book MAX 2�7.SA 266.7Z 184.SA 196.07 216.62 160.57 171.34 IA7,0] I57.36 I26.05 104.67 99.64 83.45 tso.ia 139.44 ixe.o� 91.78 162.e8 1U7.18 47A1 I37.20 I70.I0 II5.71 165.75 121.83 119.96 I06,82 I67.73 94.fi1 8D.9T 73.6F1 i4.3 E 79.23 S4.Ot lo6.ls s9.93 84.14 54.71 150.13 i 32J ) 103,}� 112,76 dfi.74 73.03 109.9Z 94.70 71.54 157.a6 1 ] 3.40 33.45 97.70 8A.33 4fi.33 49.14 Te�Hns Apparwhet �rnsiry Meter 5350.00 pet mond� Gas Delet[ian 310.00 pCr tmt 6THHR UIRECT EXP£[VSES O�het direc� expenses ye raim6ursed ai ecwl cosl �imes a multiplier aF [.15. They includcoeuide prinring and repmducdun eaepanse, camunic�hon expeme, ttave3, trnnsponation and su6sis�mc¢ away fmm FoN Wor1i+ and oihef mistelldne0us eicpnssrs dircetly ralaled to IEiework, intluding cosC oFla6arntory analysis, tesLL and oihe� work �equired to 6a dnna 6y indcpandml pa�sons oiha� than su[f inemben. For CA� tarvica per(ormed in-hoa�o 6y oon-FNI cmployees where FM piovide� warkspace snd equipment to perfo�m sucl� services, �hrse servicq will be Silled at cost limt.4 a multlplier OP 2,0, This maekup appraKime�es �he cost to FN[ iFan FiJI employae waz peri'orming the saene or simiiaz services. FNI Cpmr32 03-31-01 CO-I 6WNER EXHIBIT "B-3" COST SUNIlI�ARY HOLLY �4" WATER TRANSNIISSION LINE 5COPE OF SERVICES ;. �- Item � ` A. Basic Services � � B. Special Services � 1. Route Ana�ysis � 2. Surveying & Easements � 3. Environmental Permiting � 4. Water Syst�m Modeling � 5. Geotechnical Analysis � 6. SCADA for Meter Siation � 7.. Biddin�/Award Phase 1 � Phase 2 � �hase 3 � 8. General Construction Rap. �. Phas� 1 � Phase 2 Phase 3 9. Coz7rosion Engineering � ' 10. Public Inval�ement B. Subtotal Special Services IC. Reproducti�on D. l.0% for Subconsultant Ma�kup � TOTAT� I � M/WBE Sub-consul#an#s � Lopez Garcia Group � Spectnun Global Services Environmental Txainers Alpha Graphics � TOTAL MIWBE Partici�ation �� Other 5uk�-consultants � Corrosion Engineer � TOTAL Other �ubs To.tal �ee MWBE Fee $517,293 $0 $21,320 $126,525 $23.,OQ0 $21,284 $50,6'16 $ 8,561 $ 6,469_ $ 6,4&9 $ 6,4b9 $22,912 $19,146 $�9,146 $25,799 $ 9,896 $368,672 $17,835 $21,b49 $92�,449 Services �urveYing Geo�echnical Drilling & Geotechnical Testing Environmen#al Permitting Repxoduction Services �a $12b,525 $21,Q00 - $D $28,126 $0 MWBE %, of I Totai �ee . 0. D°/a � 1 � �. �°�a � � ��.0% � 10D.0% I a.o�ia � SS.S% � 0.0% Q.0% � �o o.a�io 1 �� o.��,� � $0 O.Q% �a $0 $Q $0 $0 $175,651 $17,835 $0 $193,4�6 fl.a�io I 0.0% � a.o�io 1 a.o�io 0.0% 0.0% 4�.&°�4 � 1�Q.o��o � 0.0% I 21 °/a � Fee % af Tatal Fee � $126,525 �3.8% � $28,126 $21,000 $�7,835 $193,486 Fee $23,000 $23,004 3.0% 2.3% x .9�io 1 21�io 1 % of Total Fee j ! T:1Fort Worth148 Hoily LinelfortworthS4-propasal-re�.doc � EXHIBI'T "B-3S" (SUPPLEMENT TO ATTACHMENT "B") PRE-SUMMARY OF TOTAL PROJECT FEES Description af Itena _ Quantity Uni# Unit Value �-Engineer's Opinion of Probable Constructian Cost_ - TSPE Curve "B": % of Construction Cost x 0.85 S.S % 0.85 � Basic Engine�riz�g_Design Fee ___ __ �.675 °/n $11,065,100 � Sp�cial 5ervices Fee - __ � Reproduction Services F'ee _ __ ___ _ � 10% Mark-Up for Suh-ConsuItants � TOTAL FEE • Total Value $11,065,1OQ � 4.675°fo $51'7,293 $3�70,895 $17,835 $19,426 $925,449 T:Ik'ort Worth148Hally LinelF�riworth54;�roPosal-rev.doc � Task Route�Ana[yeis l.l Yrepare and su6mit Raute Aualysis Memorandum 1.2 Prepaze Pazeel Map d.ahor Cuat Subtotal Rnute Anal,ysis Total EX�TIBIT "B-3C" � (SUPPLEMENT TO A3'TACHMENT °B") BREAKDOWN OF SPECTAL SER'VTCE3 & �PRODUCTION SEBVICES PraJect Project Gantech CADD Word Total Estlmeted Rrincipa] Manager �ngineer. Eagineer Tech. Prce Hours Total Fee -- - -.._.— _-- � ..:— ... 2 25 85 38 IS 1$5 $t6,058 i0 20 23 53 55,2b2 0 10 20 0 23 0' 53 5 21,320 $21,324 Taak Surveying antE Eascaneals � Cost� 2. t Design Survey ' Z,740 Linear Feel � b3,251 L,F, = 596,525 Z.2 -' Prepazafion of �asement l�oeumenta � � � 40 Easemenl Documents (a� $750 Each = 530,p00 - Surveying and Easements Total S1Zb,52S , �~ - ` Word ' ' � Project Project Environ. CADD Tnial: ,.- .Estintated Task Enviranmeutal-Aualysis PeEncipsl �'racesao MAIIB�BC �ngineer Science i'ech. T .�3ours',_ Total;Eee 3.1 EnWironnienta! Permi[ting Lump Sum = S21,OU0 EnvironmentalAnalysisTotal _ __ $ZI,DO� Project Praject GeatecE�,. CADD Word Total: Lstimamd Tesk FI29N�T VVgtec�Sy�tem Modeiing Frincipal .Iy,aanager Engineer Engineer Tech. Proc Sours: ' Tutal �ce 4.1 06tain & Calibrata Latest H2f�NET Model af Holly Pressure Plane ' 2 12 2 15 51,478 q.Z lieview Exisfing & 2620 Water Demauds i� Holly Pressure Plane A 12 2 l S fi1,685 q,� Conduct Madsling lo Varify Piga Size for2024 Conditions and to �elermine 2 20 ' 40 {2 4 76 $7,897 Phasing Options 4.4 Uliliza Model to Assign Pipa Class and Aetermiae Need for PRV's 16 lb 2' 2 36 S3,fi70 4.5 Prepare MemoranEum Report S4ow Becommended Phasing Plen and 2 8 24 12 20 6b 56,555 Hydraulie Inta ation with Svuthside II& Narthside IL Prassura P]ane � �aUar Cost Subfotal d SQ L04 0 26 34.4 7�I4.4 $Z1.Z8d Water 5ystem iV(ndeling TuYa] SZl/ Z94 �� Geotechnicai Analysis Principai �rv�ect 1'rnject Geotech CADD Word 'i'atal Esfimated Mauagcr Engincer Engineer . Tech.- Proc Flnurs TotalFee 5.1 Review Soil Survey/Geolq� c Atlas to �elemune Subsurface Conditions 2 12 4� 2 20 52,435', 5.2 Select Iacaflons for IS exploratory barings ' ' 2 4 12 4 2 24 $3,�fi! 5.3 Review and Caardinata Lahoratory Testing pn Samples 2 20 22 $3,435 S.b Prepaze Reporl an Geqtech ResWts aed Rivcr Cmssing Needs 2 I S 40 50 5 l0 122 S1A,019 4nhor CastSubiqtal ' 4 21 42 94 13 14 188 SIZ,SSU Expenses Drilling Contactor, Insiallation af Obaevatian Walls and LahoratQry Testing �28,126 Expenses Su6totsl ' S29,I26 Gentechniea! Analysis Totai. • 550,676 5 - ` EXH1�3I'I' "B-3C" � (SUPPLEMENT TQ ATTACHMENT "B") BREAKDOWN OF SPECIAT, SERVIC�S � & REPRODYICT'IO1�E SERVICES SCADA for iYleter Stafinn P�n��P�l Project Project Elect CAD� Word Total Estimated TasK Nlanager Eogiueer Engineer Tecli. Proc Hours Tntsl Fee 6.1 Conduct SCADA Path Sur+rey from Delivery Faint ta Hatly W"C'P A 2 40 4 SU $5,219 6.2 Pre�are Memoraudum on SCADA Requirements and Path Survey FindinRs 2 4 2 24 2 30 �3_3d2 Labar Cost Submtal 2 8 4 60 0 6 SO 58,56! SCAUA for i47ETER STATIOiY'1`otal 58,561 Project �rnject Geateah CADD Word' TotaL Estim�ted Task Bidding �od Award (Phasel) Principal � Manager Engeneer Engineer Tech. Proc Hours Toial Fee 7.1,1 Prepare & Deliver Addende as needed 6 12 � 4 4 27 $2,478 7,1,2 CoordinateaudAtteadPre•BidConference . 4 6 2 12 $1,178 7.1.3 Assist City in tabulatian and anaEy9is af bids and fwnish recommeudations on 2 6 14 ' 6 28 $2,8t3 � award nf cantracls ' ' i" La6orCostSu6total 2 10 i0 � 6 _9 ___ 41 56,469 T 6idding aad Award {Phase 1) Tatal $6,469 . project Project Cen4echnica� CAI]b ' Vi`'ord '�`otal E86rnated:' '. Task Bidding and Award.(Phsse2} Pn°���� ManAger Eugineer Engineer Tcch. Processo Hours Toisl_Fee ; 7.2_1 Prepace & Deliver Addanda as needed 6 12 4 4 27 SZ,q76 7,2.2 Coordinate and Attend Pre-Bid Conferance . A 6 __2 ___ 12 51,178 7,2.3 Assist City in ta6ulation and analysis of bids and furnish recommondations on 2 6 14 6 28 $2,813 award of canfracts . Le6or Cos# SuLtotal 2 1a ZU 0 0 9 41 56,469 Bidding and Award {Phasa 2j Tatal ____ ' S6,q69 Task Sidding and Awnrd-{Phase3) Principal. Project Project Geotechnical CAAD Word Total Estimated� �� - Mauager �ngineer �ngineer Teclr. Pracesso Hoars Ta1a[ Fee 7.3.1 Prepare 8c Detiver Addenda as needed 6 12 4 4 27 52,478 7.3.2 CnordinateandAttcndPrc-SidConference 4 6 2 12 $1,178 7.3.3 Assist City in Iahulatioo and analysis of hids and fiuvish recommendations on 2 6 E4 6 28 $2,813 award aFepntracts �.a6ar Cost 5ubtatal Z l0 20 U U 9 4l 56,469 BiddinQ and Award (Phase 3} Tetpl S6,q64 Tank- General Canstructioa itep (Fhasel) Principal grajert Project Geotech CA�D Word 'Cotai Estimated Mansger� Engineer Engineer Tech. Prncesso Hnurs TotalFee 5.1,1 Assist City in Cunductin I Pr�ConsVuction Conference 4 4 S $828 8.1.2 Review Su6mittals and �oeDrawings 12 25 4 12 53 $4,615 8.1.3 Conduct Pietd Visits & Provida Technical Assisleoce 2 S 65 24 10 ]09 510,226 8,1.4 Conduct Final Review ofPrajeet wiEh City & Cannactar 2 6 b 2 16 51,7A4 8.1.5 Prapare (1) se[ reproducible RecorB Drawings ba�ed on Mark-Ups 6 20 30 6 62 55,491 La6or Cost 5ubtotal ' 4 36 Y20 Z4 3M1 29 2Al S32 �31Z General Construction 12ep (Phase 1) Totai _ _ __ _ _ ' , ___ _ 532,+J12 y a � EXHIBYT "B-3C" (SUPPI.EMENT 'TO ATTACHMENT "B") B1i�AKDOWN Ok' SPECIA,T., SERVICES & REPR011iICTION SERVICES `Task Ganeral Cons#ruction Rep.{Phase Z) Principal Project Project Geotech Mauager Engineer Eagineer 82.1 .Assist Ci� m Condu�ctiny 1 Prc-Construction Conference d A 6.2.2 Review Sabmittals and Shop Drawings 10 ZQ 8.2.3 Conduct Field Visits & Provida Technical Assistancc 10 45 8.2.4 Conduct Final Acriew afProject with Cit� & Contractor , 2 fi 6 8.2.5 Preparc (1) set repmdoci6le Racord Drawmgs basad on Mazk-Ups 6 24 E.a6or Cast Su6total 2 S6 9S Generul Constructinn Rep (Phase 2) Tatal . Taek GeneralCanstroctian�Rep(Phase3) p���Pa� praject Project Geoteeh . iNaoa�er Engineer Engiaeer 8.3.1 Assist City in Conductin 1 Pre-Conslructivn Conference A 4 8 3:2' � Redtew 5ubmittals and ��ap Drawings 10 20 _ 8.3.3 Conduct Field Visils & Pra�ide Teclmical Assistance 10 45 83.4 Cnnduct Finai Review of PraJ'act with City & Conlraetnr 2 6 fi 8.3.5 Prepare (1) set reproducihie f�ecnrd �rawin�s 6ased on Mark-Ups ' 6 24 LaborCastSu6tatal 2 36 95 General Co�structioe Rep (Phase 3) Total Task -Carrosion Engineering Principal project project GeaEerJi Mauager Engineer Engineer 9.l Coordinate Corrosion Field Testing with Co}�Pm Co. 6 4 , 9.2 Review Findinga of Field 3tesilivity 8c fnterf'cience Testi�g 2 b 6 93 tncotpacate Cathadic Protection Reeommendations into Ptans 4 8 ' Labar Cost 9nbtotal 2 15 LS � , Expenses � Coorrosian Proteclion Survey 3ubconsultaat � Expenses Su6total Corrasion Lngineerin�Tatal CADD Word Total. Fstimated 'Y'ec6- Eroc Hows Total Fee 8 $82$ [ 1 47 54,277 l8 73 $fi,48D 2 ' 16 ,51,785 32 5 54 .SS,776 38 37 268 S19,1A6 S19,1A6 CADD Word'. -'Tntal �stimated ' Teeh: Proc. flaurs Total.Fee . S $828 6 .fl A7 $4,277 _ _ ES 73 $S4�Q 2 16 $1,785 32 6 64 55,176 38 37 _ __ 208 5I9,146 519,146 CAbD Word Total �vtimated- Tech. Proc : }3aurs Tntal Fee 4 14 $1,328 3 19 52,4)85 12 24 52,25b 1Z 7 57 $S,bb9 523,130 Taak Pu61ic Involvement P�e�pg� praject Project Geotech CADD Word Tofal Manager Engineer Engineer Tech, Prac Hours IO.I Conduct up to 8 Pubfic Invalwement Mcetin�s 24 24 4 4 56 ]0.2 Dasign 1 pagcProjectNoticeForPublic 2 2 4 • 4 I2 103 Yrepare Large Graphic Exhi6its Showing Proposed Project 2 8 16 4 3D Lahor Cast 5a6tatal Z ' Z8 J6 0 20 lZ 96 � Puhiic Involvement Total SPECIAL S�RVICES TOTAL Phase REPRODUCSIDN 1 19 Sets of Preliminary Plans ' 52 Snts nf Final Plans � 54 Sets of 5peciHcations 1 SetofRecord Drawing Ttaprqduci6le � � 2 19 Sets ofPrelimins�y Plans 52 Sets ofFinal Plans 54 Sets af Specificaiions 1 5et of Record Drawing Reproducible 3 19 Sets ofPreliminary Plans 52 Scts of Final Plaos 54 Sefs of Suecifications ' 1 Set of Record Drawing Reoroducihle REPRODUCTION TOTAL SL'ECIAL SERVICE5 & REPRODUCTION TOTAL 19 52 54 I 19 S2 54 1 19 S2 SA l sets (c� sets Cr+� sets (di sets (a1 sats (r3� sets (r� sets (� sets r(�]' sels Qr� sels (a� sels (r}� sels rr $55 $55 $34 �424 SSS S55 $3fl 5420 $55 $5i $30 $420 Iset Iset /set Iset lset Isel Iset lset lset lset /set lset 523,130 . �28,799 Estimated Tota� Fea 55,57fi 51,271 $2,949 $9,895 59,89b $368,672 �3nmarea TotaE Fee- $3-045 52.86� $1,620_ 5420 51,045 • 52,860' s�.�zo $azo - $1,095 $2,860 st,s2o 5420 $17,835 $386,5D � s EXHYBYT "B-4" (SUPPLEMENT TO ATTACHMENT "B") SUMMARY OF C�NSTRUCTTON COSTS � ITEM � Length Phase 1-- 54" fram Holly WTP to Jaoksboro Hwy. 1Q,700 ft. Phase 2— 54" from Jacksboro Hwy. to 26'� Street Phase 3— 54" from 26`h Street to Northsicie Tank @ McCandless St. � TOTAL CONSTRUCT�ON COST 11,300 ft. Tota3 Cost $4,46b,114 $3,540,096 7,740 ft. $3,058,894 $1 �,065,100 T:1Fnrt Warth148 Hally Linelfortwarth54-praposal-re�.doc �� FREESE � IVICHOLS EXHIBIT "B-�" �NGINE�R'S �STIMAT� OF PROBABLE CONSTRUCTIOI� COST FfOL�,Y 54" WATER TRANSM15510N LIN� CI7Y QF' FOR7 WOR7H ACCOl3�VT 1�iQ, �STIMAT9R CMECFC�D BY paT� II � �� � �� I ITEM O�SCRIPTI�N 1 54" Waterline � .- 78" Bored 5keel Casing: � 2 Forest Park anr! HoEly Levee � 3 Trinity River af Lancaster 4 Levee near BNSF Railroad 5 7th Street 6 White 5e#tlerr�ent Road 7 8N5F Railroad 8 Levee at Jacksbaro Highway � 9 Trinity Ftiver at Jacksboro Ffighway 10 University Street 11 .lacksbaro Nighway � 12 1J.5. Highway 1$3 �13 Fipe Carrosion Pratection System 14 Pa�ing Repairs � 15 54" Bored Pipa � 16 Tie-in to fioily 7realment Plant �� 17 Tie-in to Existing 12" Watarlines � 18 Tie-in ko E�cisting 'I6" Waterlines � 19 Tie-in to Existing 20" Waterlines � 20 Tie-in to Existing 24" Waterlines � 21 Tie-in to Existing 30" Waterlines 22 Tie-in to Existing 36" WaEerl9nes 23 54" Isolation Butferf�y Valves � 2b AirNacuum Valves 8 Vaults 25 Blowoff Valves 8� Vaults 26 36" Flow Meter and Vault 27 Grass Disturbed Areas _ � 28 �rasian and Sediment Control � 2S Trench Safety I � 5ubtotal54" �o 31 32 33 34 35 36 I12" Paralle! Waterline Pressure Fteducing Vakv� and Vault AirNacuum Valves & Vaults Blowo(f Valves 8 Vaulfs � Tie in �xisting Residentiaf Water Mains Tie in Existing Water Seroice Meiers Paving Repairs iSuhtata! 12" Ql1ANTITY UNIT UP11T PRIC� TO7RL 29,700I L.� $180.04 $5,346,0OO.OQ 500 l..F. 35� L.F. 200 L.F. 150I l..F. 400 L.F. 100 L.F. 2001 L.F. 400' L.F. 180� L.F. 100 LF. 10� L.F. � 1, L.S. zi,oao �.F. 750 L.F. � � e.A, I 5 E.A.� 1 �.A.� 2 E.A.� 4 �.A.I 2� E.A. 1� �.A.I 6� E.A. 71 �.A. 7i E.A. 1 �.A. 1 L.5. 1 L.S. 2s,7aa L.F. 2�,0�0 L.F. 2 E.A. 5 �.A. 5 E.A. 35 �.A, 410 E.A. zo.aao L.F. $760,00 $1,1oa.oa $760.00 $760.00 $76�.00 $76�.00 $760.00 Si,'1 Q0.00 $760.00 $764.OQ $760.00 �ss,00a.aa $ar.ao $��o:ao $13,OOd.00 $3,000.00 $5,000.0a $6,000.00 $7,000.00 $B4Otl0.00 �s,aao.ao $25,Oa0,00 �z,aao.oa $�,soo.ao �aa,oao.aa $za,oaa.00 $i7,000.�0 �z.00 �ss.oa �xo,aaa.aa $4,000.04 $3,3n0.00 $5,000.40 $750.OU $9.00 $380,0OO.Ofl $385,OOfl,qO $� 5Z,fl0�.00 �11a,0aa,oa $76,Ofl0.00 �75��Oa.�4� $152,OOO.dO� $4aQ,0U0. DQ I $936,aoo.00l $76,U40.D�� . $76,Q00.40 � $�a,00a.oa I $s5�,4o0.001 $412,5Q0.00 � $ � 3,d00.40 � $i �,aaa.oa I $S,Q40.40� $12,444,00� �7,aao.aol ��s,aaa.00� $S,Od0.00 � �1 �a,aao.00� $14,oao.aa� $io,soo.00l $2oa,aao.aol $Za,oao.oal �17,aoa.oal $59,440.00� $s,a7s,zoo.aai � $�zo,oflo.aa� $4d,D(10.0�� $24,�OO.d� $iG,5a�.00 $175,000.0� $307,500.00 $180,OOQ.�O $�,459,OQ�.00 SUeTOTA�: $10,538,ZOa.00 o , i � ��. . •�� �� SUBTOTAL: $i 1,065; � 44.U0 71,0�, — • - 54 Cast Esllmale ATTACHMENT "C" ��. CH:ANGES AND AMENDMENTS T4 STANDARD CONTRACT AND ATTAC�MENT "A" PROJECT NUMBER: P1610G016ll4103U ,r_ DOE NUMBER: 363� NONE s� Isve I7.v� ie�cz m r.�r rPm � � Perform Routa Anelysis � � Periarm Water Sys�em Modeling _ � ° Prepare Oesign Repofl � * Civy Reviawof �esign Reparl . � I ; z Prepare Easemant Daaunenis � + " City Ohlain Easements i � � 7 �nvironmental Parmiltinp ° Oesign Survey I � j 9 Prepere Preliminsry Destgn ` : 'o City Raviaw Praliminary basign � � � " Prepata Fifial ?lanslSpars � � 't AdvertiselBidlAward ConsWction j = ; ! °1 Consirudion Conlracl A ; ! '* Conslruclion Confract B � t � 15 Conslruclion Canlrac! C � � I ATTACHNiEIVT D - SCHEQULE ,,,� i,� �„a, �� �� ��, ���, �� 1�� �� ��, ��� „� �,�� �,A, � � � 1 ' I � I � � i � ' I f � i i � I i I � ' i � i [ f I � i � I € . � � � _ �si. f sw } � i i I I � {# i � i � . . � ? � � � I _. . i � _. a � o-w nw I�na I+rlw jiaiw liros i � � i' I R,t,aw.,su, � I rwc — wwn.. s.,m�r - � . W, aa.aWsaY . . . . . . re^wuramy«. wq.eswwn.n , � Oi�R LNn Ylqi - - . • I &� MW�qv � ROWdllpTa�Y � AoMOUP�MY�Www Q• Equ�uin.Ms {`.- � -_'1 — �1 _ _ ' . . _ . � ���� � � �• ! I - " , `��a� =�w �1���.1 � x- � s� � � '�'��_ 3aRo 5 �`�T,S, y �L 3 v w L 0 R� `�,�, i W " � � 12 6 INE 3�10 � -. ❑ ]7 ,� �$ 4 j � Z E il:f4 � . C'll ` -c � �w I�. � P "� � r ]I-T � x N 31: 3 \ �- a 3 � E� Ly �6 � H: T! u, � I ]OT-1 _ � � � o Er � g5�i �s t�o x _ z� n •"'• a� �a� - , � � � s a N � �P u � u 6 H F a� _ L �. r c ' a i sr� �� � _ w � tx s� c' = �.� � '�'� � - ONI� r . y �4 � \ Y z, � 7R'H w G�, � B�� � dk ` �� �� ���� �o���w� ����E P �_ „� � ,J =� � a � iflli 4� y z — - - � � 1 = NE 27R� � �Nf _ � W � � R� �/�� ' 1°� \ __ � �� NM1 :G t � r � � Ep ` � � �P \ � , 5� �%� � p � �� � IN 2 R Rt` ��' Y :x ; u R H OE �I WH_�E � � � � �� �F _ �� ,r� � CHR TSN � WOPE_ I Ck IS � � . � �tN ��S �� y W _ ' � � _ O iJ w � � � a WIL q _Q � eA�C � J J / - �y 6S � �� POlNS A � � � � h . H�]VIh a � � N � � 90NITA S S p Oy ySa � TAYLOR � � 7� � � q � S Y1�'�' ��' �yE o � A59 � 4 SNFA EERiN �p � z C1ti 's '� ! � ;ALLOWI HlACN57�N (� � �- I � � HFMROCK y N MELBOIIR } � x 1 9 �I p m 4� 4 � �FiF)TT CULLEH � �y . � ¢ a �&' C' / , TlyW! ? 3 �41 !� -� wn�'E 5 I q$ u jj 1 WHITf SETILEMF T � . �� N ncEt � S 4 v Kiiuc rse � � y� G `f n • � RT � WF VSEN6�RCE i� � a '� z s � ��� varou 3 wiNc Are �'"" sP $$$ � S r�oau a - t � - ' Z `• A 4 5U7 � �; HAMIL 6N� _ CE �5 �� 5[Ott E } - � W 4 7H � W R!N 5YM i� "g _ �"' ,�C �1 � y a 'l 6Sy m [� � �1� I � � &TH y ' � LiTM � a _�_ �Iw � _._ y[ " _ . _ � b o�o i Mooun I � _ - rv,ms.v -I K�.3� � I r M J { BUNTI �C } �{ OAXNE ORT 1 �. � Y 13 ANfA 9�9ARA �� �,i [µF'CE � � # LE �OE � si � � w�wie � R � � � � � � ( � w� E aw a p, � �l' /,b��, �,lf r��a m �' A�p14V gI '�� W EL A 0 [ RIO 6RAN GiEiRT ? BfNB fOC �Y _ - -- � 1 __— _ CFIESTLIHET Ei l00 � - �_ -_- - � _ � '��ti+�i � w 911R z y� ASH6�Ifl �I AGG � b di ., ��y 'u a o r+.w�e o s w / e er i d � y �r E n s� m 4 re� tE 1 _ - �G � �$j��oEx St tl6krER m � � � As i n � _ . �� � LEGEtVD. , BYEHS � � . _ a, 'n �tGpR� , �� �—�� COUNCIL BOUNDRI£S ���� ��` � ��� �E� � _��� 54" WATERL�NE �` �P� � � �� ER � PERSHING � _ o flliF.CH1lUN � ' � � ! . a r, �w � Ptl 'N � ni �0 T4.r - ���� MAPSCO FORT WORTH - =--- �� � J �� �� < FROM MAPS 76C .TO 61 C `�� �°�r}w-�� �. m�"N Lu � r� yM �� R� � '���� �+� _ � � a 1 � .� I`3I iGI � NARA� aN n �� wy �. i N�ii� C�7Y OF FORT WQR7H� TE�:AS &N J Nl7FF71{771 ��oa � ����f ��„ �Yl'9��� �f'C�'9��i1�1����Ll1'i ��lll�) �Fp�E�Y-54V4-AAAIN.L�VC � z SFAT. 2U01 � o� 5��� NO7 70 SCAI,� _�ry� FR��SE-NICHOLS aE51aHE4 rH Ka� LL �0!! Y11—••__� PbWSu:l� 700 � po K Ya� Mniti. I�p 7RIQ9•15�J A�°T p �i�, y� p� �!�„ ,`� LL.� a n.�3s• r�ao , �-i 1 I I`9� f-I ry1 � l V� Raarrso ^ i r. FlcuRE �� fv[ � 4 WR' I Oolc .�p 01, 700] - 16:13nm Jsel: le F�Ir. H: i YH�FW-WESYSIOE-57ll�lr\HO�LY-5a1tl-kNN.OWG 1�..�, �'��y vf �o�i �o�h9 T'�ccas ���� ��� '������1 �������c�#��n �ATE REFER�NCE NUMB�R LOG NAM� PAG� 6{18102 �%���Q���� 3�FREESE I 1 of2 suB.��cT ENGINEERING AGF4�EMENT WlTH FR�ESE AND NICHQLS, INC. TQ PREPARE PLANS AND SP�CI�'ICATlONS FOR THE HOLL�YINORTHSIDE II 54-[NCH WATER MAIN EXTENSION, CONTRACT 1 R�COMMENDATEQN: It is recommended tY�at the City Council autho�ize the City Manager to �x�cute an engineering agreement with Freese and Nichafs, Ir�c. in an amauni not �a exceed $925,449 to prepare plans and specifcations for the HoIlylNorthside II 54-inch INater Main Exten�ian, Con#ract 1. DlSCUSSION: Or� March 16, 1999 (M&C C-�7322), the Ciiy Cauncil suthorized the executian of an engfneering agreement with Camp Dresser & McKee,� lnc. fior the Cantrell-Sansom Pump Station and associated pipelines and #he Northsi�e/Ground Storage Reservoir. The agr�ement included a study to transfer water from other pressure planes inta tl�e Narthside IVI�I pressure p�anes to meet future demands, and included dist�ibutian system modeling, water .transmission main sizing, aligr�ment and pump siation improvements, and the prepara#�on of constructian plans and speci�cations fior the recommended pump station and ground storage facilities. � The study identified the need to provide increased water deli�ery and reliability to satisfy pe�[� water � demand in the rapidly grawing norfhern sectar af the City. The study concluded that in order to pra�ide adequaie capaci#y to satisfy curr�nt and future demand, it is necessary to install a seeond water transmissian main fram the Hol�y Water Trea#ment Plants to the locatior� of the Northside Reservair and Northwest Elevated Star�ge Tank �t McCandless Street and Az�� Avenue. The engineering serviees to be pertormed under this co�tract consist of the preparation of plans and specificatians for t�e ext�nsion o# approximately 28,OOQ linear feet of �4-ir�ch water trar�smission main from the Holly Water Teeatment Plant to the location of the Northsi�� Reservair and Narthwest Elevate� Storage Tank facated at McCandless Street and Azle Avenue. The contract also provides far the design of approximately 2a,OQ� linear fee# of 12-inch parallel water line to provide service to custamers located adjacent to the proposed 54-inch main. Freese artd Nichofs, lnc. proposes to pertarm the design worfic for a lump sum fee of $92�,449. City staf� con�iders this fee to be fair and reasonabEe for t�e scope of services proposed. In �ddition to #he can�ract amaunt, $2Q,��0 is req�ired #ar project management by tY�e Engineering Depar�ment. MNVBE - Freese and Nichois, lnc. is in compliance with the City's MIWBE Ordina��e by committing. to 29 °/a MIVI/B�, �articipation. The City's goal an this project is 20%. This pro}ect is iocated in CpUNCIL DISTRICT' 9, Mapsca 61 C, H, 62E, J, N, P, U, Y and 76C. ' �Yty ojr�"or� T�o�h, T'�cras A��� �fl� ��1�11��� ���1�1��'111������'1 L7A7� REFERENGE NUMBER LOG NAME PAG� 61181Q2 ��'�d�9 �� 2�, 1 30FRE�SE 2 af 2 SUBJECT ENGINEERING AGR�EMENT WITH FREESE AND NICHOLS, INC. TO PREPARE PLANS AN� SP�CIFICATIONS FOR THE HOL�.YIN�RTHSID� 1[ 54-INCH WATER MAIN EXTENSION, CONTRACT � � FISCA� INFORMATIONICFRTIFICAT�ON: The F'inance D�reetor certi��s that funds are available in the current capital budgat, as appropriated, of the Wa�er Capital �rojects Fund. BG: n Submitted for City Manager's Of�ce by: ' Bridgette Garrett (Acting) 6140 Ori�nating Department Head: Douglas Rademaker Addibiana� �farmation Contact: 6157 Furm � accou�v� I C�N'I'ER � aMomv�r (ta} � (��) P16'f 5312Q0 fl64161141D30 �82�,449.OQ CITY SECRETARY APPROVED 06/18IQ2 Douglas Radeinaker 6157 C`ity o�FoYt Worth, T'exas Mayor a�d Cou�ci[ Con�n�u�ica��o� DATE REFERENCE NUMB�R LOG NAM� ��� aia2 **Cd� 9124 -� - sug���Y ENGINEERING AGREEMENT W1TH PLANS AND SPECIFICATfONS �'OR MAIN EXTENSION, C�NTRACT 1 RECOMMEN.DATION: PAGE 30FREESE 9 of 2 ���.E AND N1CHO�S, iNC. TO PREPARE THE HOLLYIfV4RTHSIDE Il �4-INCH WATER ft is recommended that the City Cour�ci� authorize the Gity Manager to �xecute an engineeri�g agreemen# with Freese and Nichols, Inc. in an amount not to exceed $925,449 to prepare plans and specifications for the HoIlylNorthside II �4-inch Water Main Extension, Co�tract 1. DISCUSSION: On March �6, 'I999 (M&C C-17322), tY�e City Council autt�orized the execution o# an eng�n�ering agr�ement with Camp Dresser & McKee, inc. for the Cantrell-Sansom Pump Statian and assaciated pipelines and the NorthsidelGround Storag� Reservoir. The agreement included a study to trans�er water from other pressure planes into the Narthside Illlll pressure pjanes fo meet tuture demands, and included distr�butian syst�m modeling, water fransmission main sizing, alignment and pump station improvements, and the preparation of construction plans and specifications for the recommended pump statian and ground storage facilities. The study identified the need to pro�ide increased water delivery and reliability to satisfy �eak wa#er demand in the rapidly growing northern sector af the City. The study co�cluded thaf in order to pravide adeq�aie capacity to satisfy current a�d future demand, it is necessary to install a second water transmission main from the Holly Water Trea#ment Plants ta the location af the Northsid� Reservoir and Northwest Elevated Storage Tank at McCandless Street and AzEe Avenue. The engineering services to be perFormed under this cantract cansist of the preparatian of plans and specifications fat tha extension of approximatefy 28,000 linear feet of �4-inch water transmission main from the Holly Water Treatm�nt Plant to t�e location of ihe Northside Reservoir and Northwest Elevated Storage Tank located at McCandless Street and Azle Auenue. 'The contract also pro�ides for th� design of approximately 2Q,000 linear feet of 12-inch paralle! water 1in� to provide service to custamers locaied adjacent to th� proposed 54-inch main. Freese and Nichols, Inc. propases to �erform the design worlc fiar a lump sum fee of $925,449. City s#aff considers this fee to be fair and reasonabfe far tE�e scope of serv�ces pro�osed. ln addition ta the contraet amount, $20,Q00 is req�ired for proj�ct management by the Engir�eering Department. M/WBE - Freese and Nicho[s, Inc. is in c�mpliance with the City's MIWBE Ordinance by cammitting #o 21 % M/WBE Participation. The City's gaal an this project is 2D%. This project is located ir� COUNCIL DISTR[CT 9, Mapsco 61C, H, 62E, J, N, P, U, Y and 76C. �ity of �a�t Worth, Texas M�yor �nd Cour�c�l Cor�m�ani����or� DATE REFE��NCE Ni1MBER LOG iVAME PAGE 6118102 **��� 9� 24� � 30FREE5E 2 of 2 Sl�BJECT ENGINEERING AGREEMENT WiTH FREESE AND NIC O�.S, INC. TO PREPARE PLANS AND SPECIF�CATIDNS FOR THE HOLI�YINORTHSIDE II 54-INCH WATER MAIN EXTEN510N, C�NTRACT � FISCA� INFORMATIONICERTIFICATION: Th� Finance Directar c�rtifies that funds are available in the current capital budget, as apprapriated, of the Water Capital Prajec#s Fund. BG:n Submitted for City Manager's Office by: Bridgette Garrett (Acting) Originating Department Head: Douglas Rademaker Additional Informatian Contact: 614D 6I57 FUIYD � ACCOUNT I CEN'1'ER I AMQUNT CITY SECR�ETARY Et�? - - -- � - -- - - - � �. i I (from) APPROVED 66/L8/02 P16�1 53�200 Q6D16�141030 $92b,449.00 Douglas Rademaker G 157