Loading...
HomeMy WebLinkAboutContract 47838-A1 CITY SECRETARY `6 VA CONTRACT m `T 7Y M Itl 0 Ewa AMENDMENT No . 1 cl�aFS���� �� TO CITY SECRETARY CONTRACT WHEREAS, the City of Fort Worth (CITY) and Mull#tech Engineering, (ENGINEER) made and entered into City Secretary Contract No. 47838, (the CONTRACT) which was authorized by M&C C-27719 on the 17th day of May, 2016 in the amount of $280,020 .00; and WHEREAS, the CONTRACT involves engineering services for the following project: Water and Sanitary Sewer Replacement Contract 2016 WSM-C; and WHEREAS, it has become necessary to execute Amendment No.1 to the CONTRACT to include an increased scope of work and revised fee. rMW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to include the additional engineering services specified in a proposal dated June 07, 2016 a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $60, 860 . 00 . 2 . Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $340, 880 . 00 OFFICIAL RECORD CITY SECRETARY Page -1- FT. WORTH, TX 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: ENGINEER City of Fort Worth Multatech Engineering, l Jesus J. Chapa Paul Padilla, P.E. Assistant City" Manager Vice President DATE: �rl✓ �6 G DATE: 45 lJv APPROVAL RECOMMENDED: i4 11r14 Christopher Harder, P.E. Acting Assistant Director, Water Department APPROVED AS TO FORM AND LEGALITY: M&C: C-27837 Xi L Date: August 02 , 2015 Douglas W. Black (Z f f ?,o« - �g Senior Assistant City Attorney ATTEST: ®� FO Mary J. Ka a �Co City Secr tary Al AS OFFICIAL-RECORD CITY SECRETARY FT. WORTH, TX Page -2- June 7, 2016 AN Mr. Rakesh Chaubey, P.E. Project Manager H MULTATEC City of Fort Worth Water Department 4QCMI T� [AIOI CH 311 W. 10Th Street Fort Worth, TX 76102 Re: Amendment No. 1; City Project 02695 Water and Sanitary Sewer Replacement Contract 2016, WSM-C Mr. Chaubey: Multatech Engineering was awarded the above referenced project on May 24,, 2016. The project consists of water and sanitary sewer replacement for Lumber Street and Hunter Street from Lancaster Avenue to Church Street; Routt Street from Forest Street to Mims Street, McGee Street from Craig Street to North Dead End; Monterrey Road from Danciger Drive to Oak Hill; Jacqueline Road from Weiler Blvd. to Jacqueline Court; Meadowbrook Drive from Sandy Lane to Escalante Ave. Replacement of water and sanitary sewer lines located within public right-of-way is to be by open cut. Pavement repair is to be temporary asphalt replacement only. Several of the subject streets do not have existing curb and gutter or have poor drainage. At the request of the Transportation and Public Works Department, Multatech Engineering has been requested to provide engineering construction plans of sufficient detail so that a contractor can construct curb and gutter, replace damaged existing curb, driveways and walks and construct new curb and gutter where none existed before. The hydraulic analysis and investigation of undersized storm drainage systems and drainage issues not related to the listed project streets is not included in the scope of services. Additionally, the northern limit of McGee Street is not located within public right-of-way. The last 100+/- linear feet of the roadway is located within private property. On Meadowbrook Drive, the limits of water line replacement and the limits of sanitary sewer replacement resulted in a survey gap of approximately 800' +/-. In order to close up this survey gap, MULTATECH will utilize its SBE sub-consultant. The City has also requested the Consultant prepare a design that will incorporate provide a plan and profile design with no curb and gutter, nor shoulder and no sidewalk. 2821 West 7`h Street,Suite 400, Fort Worth,Texas 76107 - Phone:817-877-5571 - Fax:817-877-4245 - www,muttatech.com Due to the change in scope and the additional work, MULTATECH is requesting amendment number 1 to our current contract (City Secretary No. 47838) to cover the additional expense and change in scope. Presented below for your review is our estimated fee for Amendment Number 1. Amendment No 1: Original WSM-C Contract Amount: $280,020.00 Amendment No 1 (TPW) $ 60,860.00 Revised Contract Amount: $340,880.00 MULTATECHs SBE participation for Amendment No. 1 is $ 3,800.00 representing 6.24% of Amendment No. 1 to A.N.A. Consultants for Meadowbrook Drive surveying services. SBE participation including Amendment No. 1 is 21.21%. The City's SBE goal for this project is 10% All other terms and conditions of our current contract will remain the same. If additional information is required, please contact me at 817-289-2060 or by e-mail at ppadilla(o)multatech.com Paul J. Padilla, P.E. Vice President MULTATECH Engineering Inc. 2821 West 7`h Street,Suite 400, Fort Worth,Texas 76107 • Phone:817-877-5571 • Fax:817-877-4245 - www.muftatech.com ATTACHMENT "A" Scone for Engineering Design Related Services for Street Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE Preparation of street and drainage plans for: Street Limits Length Council Mapsco LF) District Hunter St. Church St—Lancaster Ave. 619 5 801 Lumber St. Church St, Lancaster Ave. 591 5 801 McGee St. N. Dead End—Craig St. 806 5 80E Meadowbrook Dr. Sandy Ln. —Escalante Ave. 4,080 5 80C & H Routt St. Forest— Mims St. 3,536 5 80J & K Jacqueline Rd. Weiler Blvd. —Jacqueline Ct. 800 4 79C & D Monterrey Dr. Dani er Rd. —Oak Hill Rd. 1,762 4 79C & D Total Length 12,194 WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7 R/lt A!Easemept SeFViGes Task 8. Survey and Subsurface Utility Engineering Services Task 9. Permitting Task 10. Plan and Submittal Checklists TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Pagel of 22 • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct and document monthly project update meetings with CITY Project Manager • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. GITV [Depar}mon} • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS 1 Review Meeting at end of each submittal phase. Total meetings 4 6 11 ORthly nrnior} Free in 4: en#hl i nr ss Fepefts submitted with wateF department fnrmn} DELIVERABLES A Meetinn i immarioc wroth nn}inn i}omc B. Monthly invoices City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 2 of 22 C. Monthly progress reports D. Baseline design schedule F. Monthly M/WBE Report Form and Final Summary Payment Report Form G. Plan Submittal Checklists ( See Task 10) TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will utilize concepts and criteria contained in the current CITY iSWM Criteria Manual for Site Development and Construction for conceptual planning and design. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. sew°tee FE)UtiRg p aeS. 2.2. Subsurface Utility Engineering • Provide Subsurface Utility Engineering (SUE) per Task 8, which only provides for the location of the gas line at level B for Meadowbrook Drive and Level D (public utilities only from City Record Drawings. 2.3. The Conceptual Design Package shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. State °f Texas • Traffic Control Plan: Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's Buzzsaw website. The typ;Ga'S Reed not sealed-ifGIiV O al , if iRduded+n the sealed GE)RtFaGt City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 3 of 22 a Department. RFA-vidU—a VVF tteRl summary snRGt pha6es-te-take PIase G. data GGI!eGted. PFOvide Daily Summaries by APPFE)aGh and Peak PeFi 00 Fl Gluded in this nrni9r4 Glnn„meRte l in both the pFejeGt cnhedyle and narrative foF m. • Existing typical sections of the roadway to be constructed along with proposed typical sections which outline the proposed improvements_ Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs, sidewalks, and retaining walls. • Conceptual plan and profile sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, city owned and franchise utilities, and existing roadway vertical alignments (profiles). • Drainage area map with supporting drainage computation in the CITY's standard tabular format. • Documentation of key design decisions. • Estimates of probable construction cost. ASSUMPTIONS • All storm water calculations and design shall conform to the CITY current iSWM Criteria Manual for Site Development and Construction. • 2 sets of 81/2 x 11 size plans will be delivered for the 30% design. 0 supplemental Traffic Control drawings will be needed. DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 4 of 22 TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Traffic Control Plan updated to reflect any changes as a result of the conceptual design submittal while also including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • SUE plan dFawiRgs • Droliminani iSVVI\A ChenLlist in ansen-lanse with the sUrrent ('ITV iC\NAA (`riteria • Updated existing and proposed typical section sheets. • Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of vertical curves, grades, K values, e, and vertical clearances where required. • No less than two bench marks plan/profile sheet. • Bearings given on all proposed centerlines, or baselines. • Overall nreieet easement layer it shoot/s\ utilities, urhs sidewalks driveways, lane `timensiens and arrews and existing-and Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, and pavement details. • ENGINEER will delineate the watershed based on contour data aad field ver+fisa and document existing street, right-of-way for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of- City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 5 of 22 way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. ether freer renries rear rirerd by of evicting storm drain will be nalnr rlate.d anrd shnuin All nalnr rlatinn shall with CITY standaFd&. Ctnrm drain laver rt sheets shaming Inoatlen anrd size of all inlets manhnles r r and prepesed flow lines, flews, IeRgths and slopes of pipe, tep of gFeuRd pFefilee aver nine anrd nonnentiens to evicting or proposer- storm sewer systems Dreliminapr sinning pavement marking illy rmin-tine anrd s al layor its i G d . eateshninal Investigatien//D_aayemep esign field anrd lahnrate Fy tests, r!borings relate r laheratnni analysis will he made at reacnnahle intenialc along the pFej bids anrd a Trench Safety Plan 0 The ENGINEER shall pFepaFe a detailed geeteGhRiGal eRgiReeFiRg study-a444 -2 tan P-1a A4apua�, 2005m The study shall iRGI[Ade regaFdiRg Utility trennhing and identify evicting grnrrnrdwater elevation at each hnrinn 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Public Meeting • After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location, prepare and mail the invitation letters to the affected customers. The ENGINEER shall coordinate with the CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. 3.5. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 6 of 22 private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. ASSUMPTIONS • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • 2 sets of 8 %2" X11" size plans will be delivered for the 60% design. • 1 sets of specifications will be delivered for the 60% design. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • All submitted documents and checklists will be uploaded to the designated project folder in Buzzsaw • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • 0 sets of full size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. DroliminaFy iQVVM GheGklist C. Utility Clearance drawings D. Geoteohninal Report E. Estimates of probable construction cost F. Public Meeting exhibits TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). • Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Final draft construction plans (90%) inGluding iSVVIVI QGR6tFUGti9R PlaR and specifications shall be submitted to CITY per the approved Project Schedule. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 7 of 22 Development and OGRStFUG40R. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 2 sets of 8 Y2" X 11 size drawings and 1 specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 2 sets of 8 Y2" X 11" size drawings and 1 specifications will be delivered for the 100% Design package. • A DWF file for the 100 % Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • Estimated final sheet list (TPW Section Only, Control, SUE plan sheets provided with Water Replacement Contract) Index of Sheets 1 TPW Cover Sheet 2 TPW General Notes 3-5 Design Drainage Area Ma p (Handley Area, Eastern Hills Area and Meadowbrook Area) 6 Typical Roadway Section 7 Hunter Roadway P&P 8 Lumber Roadway P&P 9-12 Routt Roadway P&P 13-14 McGee Roadway P&P 15 Jacqueline Roadway P&P 16-17 Monterrey Roadway P&P 18-21 Meadowbrook Roadway P&P 22-26 Paving Details 27-30 SWPPP Plan & Details DELIVERABLES A. 90% construction plans and specifications. E3 Final *SVV A QheGkIict C. 100% construction plans and specifications. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 8 of 22 a D. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. E. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet: Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The Awf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the pre-bid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 9 of 22 Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings • Final Design Drawings shall be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file and DWF format. There shall be one (1) PDF file and one (1) DWF file (created from CAD application of drawing) for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. • In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name—"W-1956_SHT01.dwg", "W- 1956—SHT02.dwg", etc. II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155_SHT01.dwg", "X-12755_SHT02.dwg", etc. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 10 of 22 For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 0 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 15 sets of construction documents will be printed and made available for purchase by plan holders andiOF given 4 plan Viouiinn rnnmc • 12 sets of 22 x 34 Full size plans and specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed, if applicable) E. GF=VV na+a Spreadsheet TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 11 of 22 the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: • As-Built Survey • Red-Line Markups from the Contractor • Red-Line Markups from City Inspector • Copies of Approved Change Orders • Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. • Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 12 of 22 I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf ll. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • 4 site visits are assumed. • 1 submittal reviews are assumed. • 2 RFI's are assumed. • 1 Change Orders are assumed. • One copy of full size (22"x34") mylars will be delivered to the CITY DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 13 of 22 7.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way, easements needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 7 7 f WaylEa # r and Submittal ,T—Right �se�e��ep�a� �.- templates available en the CITV's B zzsaw site 7.3. TempeFaFy Right Of ERtFy PFepaFati9R and Submittal • PFinr tG G9R6tF61Gti9R, the ENGl,N,EE_sh�shall pFepaFe moil and ebtnin Temperani Right ef Entries fre.m. it is for Inn eWRers adjaeen#to temneFa Fy Gene sd tnWGtinn easements er who are dir^e Gttly affee#erd by the n eieet and nn easement is ens sired #e enter their P r°Fy-. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • Right-of-Way research includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. • Ardrdi#ienal Right of Way research rem iFerd far Reut# Street and MGGee StFeets. DELIVERABLES A Casement exhibits and meets avid bellnrls nreyirderd OR CITY forms Q Temnerani Right of Cntnl Letters_ Q4 Right of Way parcels for MGGee Street TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 14 of 22 canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: - A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: - The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). - Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. - No less than two horizontal bench marks, per line or location. - Bearings given on all proposed centerlines, or baselines. - Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare, mail and obtain Temporary Right of Entry from landowners. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 8.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level [D,C,B,A], as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. Quality Level D, Public Utilities Only Based on City Record Drawings • Conduct appropriate investigations (e.g., owner records, Geunty/CITY records, pees nal ;n+ep,ie s visual iR6P8E;ti )R6 et ), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE marl shoots and Transfer information on City involved utilities to appropriate design plan sheets, electronic files, and/or other documents as City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 15 of 22 required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level G ORGl ldestasksas deSGFibed far Quality Level n� • IdeRtify suFfaGe features, fFem pr(�eGt tepegraphiG data and from field d3GhseinyatiORS, that are swFfaGrruve-apppUFteRaRGev-^off,csubs +fake utilities Quality Level G tasks have net already„heeR suweyed by a prefess;011ai surveyor If p e e„sl„ vaults; sketohes shOWOR9 interior dimensions anrd lino oonnentions of s„nh f,mnisherd by utility ewners fnr design p, Fl9eses • Update /or prepare) plan sheets elestronia files nprt/or other rdoo,1ments to , refleot the integFatinn of Quality Level D aR d /l r information Utility GWRers needed as may he neeed to fiurther resolve rdisnrepanries • Pmyi de Quality Level G to identify everhea(•d utilities on the nrnient aR d pmyide the E)yerheard Utility information en the SUE plan sheets Level B (includes tasks as described for Quality Level C) for the Gas Line in Meadowbrook Drive only • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 16 of 22 l •- €(pose and Inea+e utilities at speGifiG I +in • Previde utility size and vvnfin vra+rin-n c •Pfsvide paving thiGkRess and type, .,her nnl' hle 8.4. Construction Survey The Construction Survey will be performed by the Contractor. • Be available to the CITY on matters concerning the layout of the project during its construction • ENGINEER will set control points (i.e. tie survey to permanent monument such as TPW monuments and/or property corners, one location each at beginning and end of project) for the project, these points must be indivisible. Streets over 500 ft in length or streets on curves may require a greater density of control points to maintain intervisibility between each point. ENGINEER shall establish a minimum of two bench marks per plan sheet (bench marks shall be located adjacent to project) and shall provide the following construction staking services: STORM DRAIN' STAKING; PFevide an off-set stake at 100' ;Rtewals (50' in+oninlo in -uFyec if regl,irer+\ onr+ at all nreneoe`•l manheleo r.nin+ f Gurve�sints of tangent, points of pipe size GhaRges and at all heFiz ntal proposed manhnlec Drnvirle een+erline ele-ya}inn at Inn' in+enialr. aa.•1 at II ggrade hreal/o'in +he natural greand. Lead lines shall he staked with grades if greater thaR 50' iR leRgth, er wheFe substaRtial alignment all 1 QQ�pI GQI CQ 111 [I Ir and/er grade are needed Drnvide bme nffce+ stakes at eRd or e'.nh 1• elevatien. Lille and grade shalll, be set+e +„Ier-RGe „f 4 0.1 fns + ,r drain nine and 4 n nn f+ fer n Irh islets — ROADWAY EXCAVATION STAKING: PFei�ide!OrQ—er p:eper#y Ii,Re-e#set at 50' ime-Rfals on� aa,ll rani at all 136IFb. The Fight ef way shall alse -he flagged dyFing this PFE)GeSS a!GRg with line and grade stakes fE)F eXGavation puFposes. Stake all veFtiGaI and heTi-aentel curves at 50�ntewals. Line andg grade he set It +eleranee of+/ n 1 f+ FINAL ROADWAY STAKING; revide�' er 5' efse} stakes at 50' TfO F G U rh grade and i ntersestir streets if requiped, shall-oe-pe+#eFrned ceder fin�mal paavepAcernr}rc+a i s ialrni be staked if IReeeded.vet tacks iR effset hubs fE)F street ahgRme>n+ St l„ ifprt I ARd hAri;ZARtal l l es at 50' and nreyide stakes betweeR GtArPee-pouts, City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 17 of 22 the iii c le ha 'znn' and grade shall be set to a telerance of �„e� ,ors-��,�,ss-�,,�,-�— ��e a i 0.0 1 ft: SANITARY SEW€R STAKING;-Previ a an offset s+.,L ;RtearaTs (26' intervals in cUmves if regUired) and at nrepesed manholes points of e GUn,e nnintc of tangent and at all heriZi9iRtal of vertical angle nnintc �Wvitbt i centerline elevating at Gn' intervals Dro\vlde Ineatien of r esed s pukes QQ line will he nnnctn toted in a locatlop other than the evicting line Inn repert of senyice IocatiGRs or by IE)Gating the evicting ser,ice at the time of nnnctn action Stake easements and property lines where appliGable. L' e and grade shall he set to a tolerance of 4 n n1 fF WATER ST Drn ide n offset stale At 5.n' inten,alss /7LC' 'nten,als r rTVV as c-aa-rrcrr offset vccm�-a'r'vo—m'ccrv-crr ,z-v�'rrrcrvrna. in n,rp yes if required) and at valves, tees and at all hnriZnn}al or vnr}ical e proposed size). Dre\,ide centerline elevatkm at Gn' intervals Provide a Stake-easements arid-pFepertyIiaes wher<., appliGable. Provide pFGperf., tie to all valves, hydrants tees, hnrlZontal OF ertinal bends and other a�'puFt ones I ''rye and Wade he set to a teleranne of 4 n n1f+ `^NF'��GTILIa TIVrT. GTrT�RT-rV�raCIC— "AS STAKED" CEGOp^ C THE CO 11 O h ��t+ �o Q,-.�r.�o rz�vvfic6►-E1,-- �oN�T(��TI�N: T,Treeghea�he dimeRGOORs and a cnorrdina}e 1T6t must he submitted, A copy of sample field notes that must he provided is attanhed The field aa. Feer storm drain lines and storm drain laterals; Dine size and type, percent of grade of main line laterals bends b. F=E)r roadways; Field notes igned and sealed by a licensed sunveyer must he G. For sanitary sewer mains laterals and sewer semi--,_ Pape size and type, peFGeRt of grade of sewer laterals mnnhnl P 's, P T's OF D D r ' tap of gray end elevation and flOWNRe elegya City of Fort"Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 18 of 22 foes to all leeatiens. d. FoF wateF 1iRes; Pipe size and type, its Inea+inn in the street adnng with ties to nreneFt" lines and a %ya+er interseetinn sketeh Gut and fill deep wmentat'en Drenerhw ties to all s mine leeatiens ry nrnvRDIrNcI:A�TrIncr N WITH CITY INSP€OTOR-11CONT CTOR: ENGINE-A's � above is net eveeeded It is evneeted that a few stakes will he knneked nit+ CwOGYG .v ..va vi�vvvawvu. .a .v vi�N vvavaa a..0 u u duFiRg diFt we Fk DreV*dding that the number of disc bedl stakes i miner (less than 4 0% of the stakes fed:env phase E)f the PFG +l the CAI(_!NEER's si in o er shall €NGINEER's swweyer, shall nreVide the additional work at an he rl.. ate of per hear fed a field crew. MafeF FestakiRg may be FeggwiFe'+ Of a substar^rrn;; actit oi y a Rd theF e-a Fe Rat-eRough stakes left-te seMplete-the pFejeet—T;e • INGIDE 1TAl PRE GONSTFiUCTI^QN STAKING: Right-ef-way flaggi g, baerof ��w�vr=r��rcr= e11rh Insatinn drnweways walks andd retaining a.walks as requested by the ( ITV • SPEGIAL GG AIDITIONS: a. The—GITY 'Rspeeter assigned to the pF(�eet-shalll eyersvee all .inns+r11at4nn staking aGtivity and shall be FeSPORcibble fsr all field GGG_rdTRati(9R. l; eov icir atiin i iTVI i aa'i Rg field Mete$;ea+ a1 /er fill nefes�era des, "as staked_" iRf r-etG., shall beprevided to the CITY inepeet9F and-shalsea!ed nd signed by a swnwe yer Iisensed in the State of Texas h The ENGINEER's Sw yeyoF shall atfend the pre-GE)RStFe^+i ,feren v. rnczr��ii�cr= s. The R IGINIC �s-C neyE)F-shall m eet with GITV In spestar-and Gen rfraetor to d. The ENGINEER's C yeF shall stake eaG h Litt I'�separately and at different times with, if appliGable, GaRitary sewer first, water seGE)Rd, storm dFaiR third �crrv-rt-c�- r u information so that the nroieets non he eenstn feted as designed e D mernher of ENGINEER's firm familiar with nrniee+ shall he available at all times to immediately resnend to q iestiens from the field! ASSUMPTIONS • Construction Staking to be performed by the Contractor City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 19 of 22 A.Oepies of field-suFvey data-and nstes signed and sealed-by u;isensed sw weyeF. P. DFaWiRg of the pFejeGt laYG61t With dimensions and GaeFdirlate list. G. SUE plaR drawings sealed by a prefessieRal steFed OR the State ef Texas. TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows. 9.1. Storm Water Pollution Prevention Plan • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. • S UhmittiRg revised fgrmQ for a o nI reiei • Re penning to ageRGy nomments anal Fern pests 9.3. norm if io requiFer/17 • Meet n getiate and GOOFdinate to ehtain appFeval of the agennv_iccilin 9 the agreement andiGF n mite 9.4. Texas Department of Transportation (TxDOT) Permit[provide a detailed scope if TxDOT permit(s) are required] • Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY and TxDOT review City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 20 of 22 • Submitting revised forms for agency review • Responding to agency comments and requests 9.5. Dailread Dorm it hgrey4e a detaileel ongne if Oai read norm if/nl ar- r i-e agreement and/or permits • Ci ihmittinn revised forme for agennI revievi DespeRding to agengY ggmmentc and req ieotc 9:6. Texas Denarcmenrt gf cigenaiing mid Deg aliatien (TD R) G„apter 68Texas Administrative Bede,Abe^o^vrmrrec familiar with th • Deg sect all onentien frgm TD D e a TDI D Ienally annrgved Degisterert • Deengn/ting to agengv rgmments and rent sects ASSUMPTIONS • Item 9.6, Walks are not included in the design or construction. • Permit preparation will begin after approval of the Conceptual Design. • 2 meetings are assumed with TxDOT for the Driveway permit for Hunter and Lumber Street at Lancaster Ave. (US 180). DELIVERABLES A. B. TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Attachment"A„ Traffic Storm Storm Street Water Traffic Traffic Traffic Traffic signal Water Water Ligh ts /Sewer Engineering Control Control Control City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 21 of 22 Type (Submit All 30% 60% (Submit (Submit (Submit All 30% 60% 90% @ 30%) All @ All @ @ 60%) 30% 60%) Required for all work in City ROW Street X X X X X. X X X X Storm Water X X X X X Water/Sewer X X X X *If included in street project ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 22 of 22 � ) $ § \ ( m ` � 0 2 > J : di 21 ] � \ §� | # � $ ( £ M � a m 77 _ 2 ( � n /k | « , CL $ § { « « ` o & u \ / o \ \k 2 k CD - ^ = SE f % / \ )§/U. O _ 0 j ) o � & U) ° J 7 f � \ ® = r E £ uJ 06 \ U- \ � ® [ ml f \ \ � I ; « (n f 2 /)# ..o \ (L) / 2 j� >,13 ■ \ \ \ 2 \} # o § a »eor = � aooaa � 3 u o o>0�e_ @3: kkk �3: o E2 I § $ � 0 J _ k \ ! &} � s � | a 2 ) j IL / ` V e ; � ( / \ o k � is 0 m k R & & § 2a § CL �k � 0 «, I & E uj k k \ k a - : ! £ 4) / k Ix § � 9 % Ao 'C § V .. £ 2 0. �(}LL w 2 \ ) D Q A [ $ @ 4 2 © 0 t � U) / ) to k � ■ / k ` � 4) / m ; J2 & U) ■ k § CL 4) 41 o E z . ° & � �7 © .. � \ § 2 o �� a E ]k [E3k 222222( ■ # o § ` . eon (L (L o U o>ILLL m ■ ■ � � ■� M 0 O O i°O M e°A O N F N F 0 0 0 0 D O N N O N M N N n C d a� x o W U 0 r N �O j N N a 0 n v K w v v c F' m w m o M 3 A 0 ° z o a � m � 3 c � G7 a v 0 U a�i Z 3 ° � O vow o m - m In ` aw o 3 cnm � F o a o � �n : m ° r o N W O 0 y o 0 0 Ea ,� U .E m 4 aym 9 L o C p O N N G L N O W N 3 << m W �t2 U O� O � O C o v� 'o m a`o m w a c_ 3 E � o c U c is a m F- m `m m a m o v a a m m U o v o o °¢ m U � U= ac L �= ro N v m a A m 9Dm ¢a—�¢ "3 — a� m in y o Z ri ci vi ci of of y 1 0 w N 0 F M F y d .� N r J� O � � 3m� _ E 0 °LO U¢a k .2.00Oa°: e§]a@ms � §_`^ E ■ i `ik= ;�} �T � °!- , :; a§2a aa&ea2aa; : . , -,l�.a f� \\�\\ 0. ®w-§2 � � � { _ § § k k 2 s2a§;Sa� � - . jk � � m £W ' { � mtzz o � m _ � § � 0 _ . 2 % 22ia E & 02 ; § w E �lfA En g = ■ � 2 � - � �F /k � ! - \ _ _- !2 }} \\ \/} O N M 07 60 M 0 M co 'OQ O O 't N t00 Z t0 (o n (0 O) a0 c 00 N O Z N O M N 'ef W N W) w Q 67 0 0 M 7 w n ao W (0 M N M M w b y H aM^ N •7 n N M t0 '7 N N M M N N A M I'- N M J ad 00 6a M Q ? U'l 60 6A r- N W) W Q � r- O r N f9 IA 6n '7 0) ., Q N (a 40 Q H 60 w 64 Z Z O Q U U Y Oo o° 00 0° Y o 0 00 00 0 0 0 0 J 3 � 40w% 4% 3 ° � ° w w � F w w w w U U Z Z O Q U U N o °o, °o, a (n C? U Z Z 6 uk 40 Q � W w 6s � Q Z W > > z Q N fh O0 00 -0 Ora p �- a z C7 C) w z C O (a (a00000010) o p � � 0 O � v Z a �♦ C p_ N (0 N V O O V O1 "t M O p �IJ cn V 7 10 J V I•" c � O O V N 0) to — V M a0 M >'� E Z O 0 607 Cl) G to M O (0 O (0 O M (0 O a W V ftJ Z am Cl oc a1 '7 M to Lf V f0 AJ w M (n N ao Q w > > U C7 w m m MMo ri Iri m �i T. U t7 ui � co Z � tanO � vn (o6cnv a) ZLUo (o nv a s O L w 60), 6» L 6fl n n - L w n n w ao a. Z 3 a Z 4r H o U M 2 a - � � Nw w m W In m -j 0000000 000 o J Q d No° o N N CO N U) 0 0 to to 0 0 0 0 (0 (0 m m V H O CO 00 V N N CO (0 N N N �-- N N M 60 Z a W Q Z !i9 r Q1 N M O M t0 N 01 Q 3C Z M M co W a �Q/ m w n (3 c o) M ao N O N m 0 w w 0 aD N 6y a0 — (0 V LO N O n n O 3 N N < � C p f0 �' r n V n N 0) O L w w M M 0) Cl) L F Ix ii w w EA N M N fA M N r M W Q Z z z a H fn > 6»6» (a 69 w r a N to > u� vs 6A z Q O Q LL oo z0 '" �, LL c '60 z0 W U � O > cn 0 -0 M A fn a. L w Z m Z w _ Q > .- ocaornm000M o > o oln6n _Z C y c o (n v rn 0� (a to O M Z_ 0 y (n v> a ~ O V M w (Oa r- m 60 d' 0) M d ~ 3 p fy Z CO 04 n to V Cl) n fL LU ~ W w M N a (n 00 r.1 M 0)' a p ~ Ix w •� fjJ a0 n r U) O I•- M v I •� W n n N O > Q > (o (» i»� M6n 6» � �in t6 > Q > 6A N� tA M� a' 3 0 6A 69 a 0 n tL =fo Q e W C]d 2 a W N 2 F F U F F- Q'I O p o O O L t Z U U U U U O Z Z � j Z Z JF H O O w 2 O N U U y U o F U y V < J! J > M O a (D F y ... o Y . to O o Z c Z to y 0Y o Z Z F-- O y c NU) o L N � -a° QU4 m 00 3�o aUa a > j L)) 0 0 0 0 0 `m a 0 o ~0 - | : -o -,- | a � : ! . - ■ ° - -- ' !. , ,■ . �§ � - w. ~� : ee� ■ ! ` . . . ;. , .. .. ., _ .. . . .. . .. . ,. � ill I , , . . . . ■. ■ ,. •, .• | - ! £ I I H I I Hm I 111 1 111 Hd . _ | . ., . . |. ■ �. ■ .. , . § § $ | '10p 11, — | 1 ! |!; ` �" ■ , %■ |§ | § !. ■ ,. . � ■ | ` ` - | � f ...... . IT- Ram ..... .. .... .... . . .... . ... � I• !! , • _ _ ' | | | . . ... . _.. .. .. .. ...... . .. . . .. . ... , ,• ,. _ !• ,,,. , | | � . . . . � . . . . . .. . . . .. . ...... ... .... . ... 1111711-1 •! - !� : ! . •.'| .. .| � _ _ � '| | | ! �— - - — — /\\\ §\ \//§ \/////\ \ \| #; • §j! m = §! s§ !h§■■||!�T ;!°° ��!!||■|■ ■;■|;■■;";|'■ .`■; ||| § RBR 2E e9�b§&eQeg§ §£ ! �, ! 5 13 F 6 12 7 11 10 563 LF EX. 30'ASPHOALT PAVING APPROX. 40% C&G IN FAIR CONDITION 8 10 c'-) EX.ASPHALT PAVING IN FAIR-POOR 9 9 CONDITION 10 8 8 7 6 A 8 ~ 2 B s EX oNOR N = m 7 PA�iNG 34 45 Z 56 l� 2 2A 3A PROPOSED 28' ROADWAY 2 ASPHALT PAVING, CURB 4 38 2 &GUTTER, DRIVEWAY PROPOSED 28' ROADWAY REPLACEMENT. 3 12 ASPHALT PAVING, CURB i ~ &GUTTER, DRIVEWAY 1 2 4 REPLACEMENT. 7 11 6 5 5 �' 5 l� 432 1 10 6 6 2 592 LF EX. 30'ASPHALT PAVING 1k.Asp APPROX. 60% C&G IN FAIR CONDITION HACT Pv 8R 7 CONDITION ASPHALT PAVING IN FAIR-POOR c Z 2 PROPOSED WATER& LAS 1OR1 aSEWER REPLACEMENT CASTER AVE / 9 U 4 w PROPOSED WATER NwY 180 w 1R1 REPLACEMENT ONLY P2 . w O P` 3 m T_ (ROSEDALE) 4 J_ U a 1 SPUR co 0 2 303 i 3 U 4 � 5 N ■ WATER AND SANITARY SEWER c ■ REPLACEMENT CONTRACT 2016, WSM-C NAN CITY PROJECT NO. 02695 U MULTATECH N Q ARGNrtEGTB ENGINEER! PART 1 O N 2621 WEST 7TH ST. LUMBER STREET & HUNTER STREET SUITE 400 CITY PROJ. NO.: 02695 6 FORT WORTH,TEXAS 76107 (LANCASTER TO CHURCH ST.) WATER MAP 2084-388 S 1 677-5571 MAPSCO NO.: 80J <y T(6 P 7)Reg#F351 Y 7 TR2B 35 1 TR2D 2 36 TR7TR2N EX. ROADWAY LOCATED IN 3 TR1F UN-DEDICATED ROW 4 37 W 5 Z 6 38 = TR,A1 TR2 TR2M BEATY 6A F C 8 E 7 D G F E D EX. 5'CI 6 PROP. 10' LOW 6 E 6 POINT INLET EX. 18" STORM F 7 5 1- S-724-2, JUNE 1952 3 EX. 10' CI V) G PROP. 10' LOW B 8 4 POINT INLET D H � Lo AR 9 3 C� 3R PROPOSED 28' ROADWAY v J 10 ASPHALT PAVING, CURB 2C 1 &GUTTER, DRIVEWAY B B » z REPLACEMENT. NO WALK A A 800 LF EX. 30'ASPHALT PAVING w APPROX. 50% C&G IN FAIR CONDITION g 14 A B 14 EX. ASPHALT PAVING IN POOR CONDITION W CRAIG ST 7 w EX. ASPHALT 6 w PROP. VALLEY 5 PROPOSED WATER& GUTTER 7A SEWER REPLACEMENT gg 10 9 4 TRS 8 78 7 9A 2 = TR9 w TR14 3 8 3 88 SCHOOL TR10 7E 4 v 5 o TR11 2A C A 6 vi 0 p TR12 5R i 4R b E 3R N cu WATER AND SANITARY SEWER N REPLACEMENT CONTRACT 2016, WSM-C CITY PROJECT PROJECT NO. 02695 A u MULTTE• N Aao"� ao,N�g PART 1 STREET zazl wesT 7TH sr. McGEE CITY PROD. NO.: 02695 SUITE (CRAIG ST. 6 FORT WORTH,TEEXX TO DEAD END)AS 76107 WATER MAP 2084-388 ((e17 877-5571 MAPSCO NO.: 80E Z; T$PE'Reg#F351 Y 0) a xA OMp A C9 Q N L) z o `er . oN.. 0 ZO ° ZCLO U = u 320 r N m A 0 0 aaw U p < F-(L Q. 1TMdSV'X3 << Q swlw < is swi U LL Q ° H m < T- -- m n °n Z m ° a W CV A N � O � N H UZ QF- A Y < < m A n m „ ao w �j ?> Z A Z ^ " ° d W 1lVHdSV 0 p _ N � LUW s wn F- LU X U) U m p 0 Z aorvw a � = I L ] m O O 0 a- CL Oa A . m m UU r 3i V Q Q a LU 11VHdSV'X3 $ a Z Z Q m n °- gym n O m lai a ,� Z OU CA z o � + N N PCD od wLWll~ 0W ,dz �C�� UU � J /�,{y..� W /Lr/� D a m Z N F m p; �g LL Z w W N A U O N vJ UW N < N a LLI < U- > Q a g �b o w cn 1lVHdSV'X3 X J O Z a z a Q<z w C� Z S Iw �= n. O W W P u 0 a a s 0 a 06 ix (n A m � `- F- m Ll to � W UQO OW Z~W 0 Y z Q ¢ n anZ0 O � m W U)O--) ar(A OF ° ¢CL IL U) pU� �f- o m r ZHa OU) 0 z n m N a. m <ZCL w N OU m ZO w�F_ o m LL F- H W() + Z z Q �u zZ 06z m m � p A aJ � � U a ° 1S A U H W A < Z a NO 7IN�Z Q V 0 O > U ° Q ` w c w < N a W W 1 sv_ J O_ o Z U- " w 2 np W -Z a a s O a 0 W A pz W ¢ ¢ acWi� N � 0 Qi- W UZ >> ° Z I- m r o Q W n p� i O) n- 02 N .pQ MOO Y n m XJ CO U m 7 OZ A a 1 of CL al m 00 LU ¢ m EL UW) W-w fo + 0Z Q � b8b ¢ QQ CL ° m < ZQ � z (7a W 1 U-1 WO U ° N A o a O a °Cl) aw R Q N A31 .- NbH A N mm o m C c non r 5 3y�t d GN�Uu~ K 4m A A � 1l1M1IdSb"X3 m lnz _ LL 1s3ao� < m a < r a �In 31 rnrn� � co ry N�U 0 ^ ococn 3 Ln .Q� N ON.. f f a N '7 ZdO 4 a w ° N 1S �2Z a = 0 00/y Q.LWL(n LLJ N N r Q 0 f '- � ap U 1lVHdSV'X3 7IH Nd0 } co W rn w _ O � J N Z V w N N UJ 02 0 w Q U to z m Y N w w() O:OQ N n a rn O K2} f Q 0 N Q0Z CL o �Nw J < n .C1I le z 0 0 2 C) m N . N w w O Ow x0 0g a a a a � U Q W QLL = Qm Ir mw ^ W J ozz_ Say o actor �Q "0� aU w U) >-O n �pz p� _ m W O> > o UJ ^ N ^ JpQ �?�� A ° n n?t; wa[Y2 �� LLW cry U) W�� W N f area a. IL O=a7a m ENO zU S Qo a¢o6 � �U0 50Z w N IIVHdSV'X3 Q Z U ¢ z °/ 3�V NO1NV0 U)0—, d C, 0 U 0 Z _ r 0 m w` Z~ W W QZa w m J 0 O1 N w Qw 5 Q f z L LL, W/y m NUZW QU� WV ^ N N N n ^ a M Lu Q z (D z O N aKaa ZU J z ~ a J< W CL d m f o N�y W LL �mezzo P �, W=gym ( P�� m ¢o U F J Q o PSpN `� r N z m p Q z �� ���} 00? w Q�pp e y Wwam �Q w 3 °� ��' �gu~iz } M U O W OOQ M , Om�C9 w w ow 2 ir 0 w X 0 0 `. am p mo= a¢ a +�+ag a O,a .N za H a aw La-rnam CL 0 ¢ow W N r HALT CD z _ H t, f m 1S ONE C 2 Qnrwi Q m U O n . a �3`J �� Wo nOw1n <0 mww a >.m N N . 0 o 3m N N �p NW a o Q a L) � w a w U JU aa p0 a a' a.<.a cr ST. m UOP'1N3W3OV1d3H13BHIS-lIBIHX31SL81HX311INOkaVO901MAO"SM9LOZ-'08HSSM Md300'SVZSISl0A�l v' 0)0w to D o U o H Q �V riTllW S3 „Q 00 wOZ " Zf10 ��QU)� o " n �QZ �zaQ� 0�0 O2JZF- > O p OU W�CA WI<<z & HO. Un =z W m cos al U Q Q a �w 2 O�Qw w aof 0a-a- pl_0 0- MIA 0 I'7 a m � a F U)W Cl)z - m " 0 I o� 38ppo� Q N - N L ;Lu > � 00 LU WQ s z cD .0 C14 04 0 LU w— s 0 0 JoOU N o n s N Z QJ m 3 " 03 1 c N 00 Z - ZHV HQU „ CD - ``^^ v,0--.) Qm W ^ n W z�� ®Z Qz Ur �a n n n 1= ^ a A A 3 wGCC � W� N ^ rc n n A A Q� L CL �a- ^J - n L CZ NI w m NOS IH NI A m QO - ` F V ♦ ^z 0 Q CD OM _ m m� X U Cam W 0 _ F - - " J0ots of m s 0' cfl O V - " M2 o ® m mcL _ S W J J w r 20 m" Q ¢w F- �wF-0 ^ w N mZ O 2 Z F- e ° R �; A o~ 0—<2 r W �a� ga Y' �5L 0WWd A 3�° N 0-wCL d < 0 £ V-1 AONVS ��0'1N3W3�V1d3tl 1331 LLS-1191HX315L91M)f3lNaAV�4GM���WSM9LOL�N9$N-M3'1�.'bIES{141�L4]I M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA F°� ORT" COUNCIL ACTION: Approved on 8/2/2016 DATE: 8/2/2016 REFERENCE NO.: **C-27837 LOG NAME: 6016WSMCA1- M U LTAT CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Amendment No. 1 in the Amount of$60,860.00 to City Secretary Contract No. 47838 an Engineering Agreement with Multatech Engineering, Inc., for a Revised Contract Amount of$340,880.00 for Pavement Design Services for Water and Sanitary Sewer Replacement Contract 2016, WSM-C Located on Various Streets in the Handley and Eastern Hills Neighborhoods (2014 BOND PROGRAM) (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 1 to City Secretary Contract No. 47838 an Engineering Agreement with Multatech Engineering, Inc., in the amount of $60,860.00 for Water and Sanitary Sewer Replacement Contract 2016, WSM-C, thereby increasing the contract amount to $340,880.00. DISCUSSION: On May 17, 2016 (Mayor and Council Communication (M&C) C-27719), the City Council authorized the execution of an Engineering Agreement with Multatech Engineering, Inc., in the amount of $340,800.00 for the preparation of plans and specifications for the replacement of the water and/or sanitary sewer mains on various streets as indicated in M&C C-27719. Amendment No. 1 will provide additional services for pavement design to allow for the proposed water, sanitary sewer and pavement improvements for the streets identified on the following table to be advertised and constructed as one combined project to minimize disruption to residents and expedite construction of the project: Street From To Hunter Stre�ChurchStreet Lancaster Avenue Lumber Street Church Street IlLancas ter Avenue McGee Street Craig Street E. Dead End Meadowbrook Drive Sandy Lane Escalante Avenue Routt Street Forest Avenue IlMirns Street Jaqueline Road Weiler Boulevard liaqueline Court Monterrey Drive Danciger Road Oak Hill Road Multatech Engineering, Inc., is to perform the additional design services for a lump sum fee of $60,860.00. Staff considers the fee to be fair and reasonable for the scope of services proposed. Engineering for Water and Sanitary Sewer Replacement Contract 2016, WSM-C is one component of the overall project that includes project management, utility coordination, construction, material testing, inspection and contingencies. The overall project budget is $6,000,000.00. Design is expected to be completed by December 2016. Construction is anticipated to commence in March h++..•//�,,,,� nfa:r.P+nrn/rnnnril -nnA Pt/mr rP-%AP-,xr 9/10.016 -'M&C Review Page 2 of 3 2017 and estimated to be completed by August 2018. The project will have no impact on the operating budgets of the Water Department and the Transportation Public Works Department when completed. This project will be partially funded through the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014). M/WBE OFFICE: Multatech Engineering, Inc., is in compliance with the City's BIDE Ordinance by committing to an additional six percent SBE participation on this Amendment No. 1. Additonally, Multatech Engineering, Inc., is a certified M/WBE firm. The project is located in COUNCIL DISTRICT 5, Mapsco 60Z, 80E, 80G, 80J and 80K. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations, funds will be available in the current capital budget of the 2014 Bond Program Fund. Pending Remaining* DESCRIPTION Appropriations Encumbrances / Expenditures Balance W/S Repl. Contract 2016, $66,946.00 $60,860.00 $2,930,000.00 WSM-C Fund 34014 *Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Bridget Reference# Amount I ID Year I (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# I Amount ID I I ID I Year JChartfield 2 34014 0200431 5330500 1 CO2695 CO2430 1 2016 1 14010199 1 $60,860.00 Submitted for City Manager's Office C. Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Rakesh Chaubey (6051) h4tr,•//at�f�e nfixmnt nraIrminril narlrPt/mr rPViPxv 6 R/13/9.01 6 ,"W&C Review Page 3 of 3 ATTACHMENTS 6016 WSMCA1 MULTAT 1295 FORM.pdf 6016WSMCA1 MULTAT Map1.pdf 6nu16WSMCA1 MULTAT MAP2.pdf 6016WSMCAl MULTAT MAP3.pdf -44--+ .i ,,,,, ;i r, i A+i,r, YP<I,P\,) � Irl