Loading...
HomeMy WebLinkAboutContract 50005 CITY SECRETARY CONTRACT NO. CITY OF FORT WORTH, TEXAS a* Gds STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and RJN Group, Inc., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: M-199C-R Parallel Interceptors for West Fork Basin. Article I Scope of Services The Scope of Services is set forth in Attachment A. Article II Compensation The ENGINEER's compensation shall be in the amount of $525,000.00 as set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested City of Fort Worth,Texas OFFICIAL RECORD Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 CITY SECRETARY Page 1 of 16 FT.WORTH,TX will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 2 of 16 (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 3 of 16 discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 4 of 16 affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 5 of 16 together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 6 of 16 i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be attached to this AGREEMENT prior to its execution. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 7 of 16 documentation hereto shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 8 of 16 m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances k1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 9 of 16 amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 10 of 16 E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 11 of 16 (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon City of Fort Worth,Texas Standard Agreement for Engineering Related Desigr So-,,,,es Revised Date:12.22.2016 Page 12 of 16 receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) a.) This AGREEMENT may be terminated for convenience only by the City on 30 days' written notice. b.) This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days of written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; C.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 13 of 16 CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control, other than liability for damage to the extent caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 14 of 16 J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.1. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article VII Attachments, Schedules and Counterparts This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B — Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 15 of 16 BY: BY: CITY OF FORT WORTHENGINEER L4 RJN Group, 11n , Jesus J. Chapa Daniel J ckson, P.E. Assistant City Manager Vice Pr sident Date: //, oZ 3-112 Date: Vt 5 - APPROVAL RECOMMENDED: By: 1% gr L Chris Harder. P. E. Assistant Director, Water Department Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Name of Employee /Vaial ��o Walter Norwood Title: Project Manager APPROVED AS TO FORM AND LEGALITY By: _UVIOL(40"P� Douglas W. Black Senior Assistant City Attorney ATTEST: Form 1295 No. 2017-254624 QRT M&C No. C -28461 M ryJ. K ,y City Secre aM&C Date: 11/07/2017 U �- r City of Fort Worth,Texas ] }SAS OFFICIAL RECORD Standard Agreement for Engineering Related Desi Revised Date:12.22.2016 "" CITY SECRETARY Page 16 of 16 FT.WORTH,TX ATTACHMENT A DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR M-199C-R PARALLEL INTERCEPTORS FOR WEST FORK BASIN CITY PROJECT NO.: 100836 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. Sanitary sewer main M-199C-R serves portions of west Fort Worth, the Town of White Settlement and Westworth Village located in the West Fork Basin. M-199C-R is located along Farmers Brach Creek and the West Fork of the Trinity. The City's Wastewater Master Plan identified the need for a 30-inch parallel relief line to M-199C-R and M-1998 to address a system capacity issue in the West Fork Basin. The project limits begin near Waterfalls Trail and Farmers Brach Creek and ends near the intersection of Oak Forest Drive and Dennis Avenue in Westworth Village, connecting to the existing 60-inch M-199BR*sewer main. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Permitting Task 10. Additional Services Task 11. Plan Submittal Checklists for Tasks 2, 3, and 4 TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, • Communicate effectively, ■ Coordinate internally and externally as needed, and ■ Proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012,Modified August 22,2017 Page 1 of 21 ATTACHMENT DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 ENGINEER shall manage the Team, ■ Lead, manage and direct design team activities ■ Ensure quality control is practiced in performance of the work ■ Communicate internally among team members ■ Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Conduct project review meetings with the City and provide meeting notes during all design phases (see design task sections for additional information). • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially. Submit monthly Project Schedule updates with a schedule narrative, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Include updated LOE's with percent complete and balance remaining on tasks with monthly invoicing. • 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. A summary transmittal letter shall be submitted to TCEQ for this project. • 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. Engineer shall provide notes from meetings. • 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 • 15 MWBE reports will be prepared City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 2 of 21 ATTACHMENT A DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 • 1 meetings with city staff(Pre-design Coordination Meeting) • 15 monthly water department progress reports will be prepared • 15 monthly project schedule updates will be prepared DELIVERABLES A. Pre-design Coordination Meeting summary with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives (a minimum of three alternatives required)that enhance the system, ■ Conduct a Route Study of identified project alternatives, ■ Present(through the defined deliverables) these analyzed alternatives to the CITY ■ Production of a Route Study Technical Memorandum which recommends the alternatives that successfully addresses the design problem, and ■ Obtain the CITY's endorsement of this concept. ■ Develop Conceptual Design Plan and Profiles of City selected pipeline. 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 proposed improvements in conjunction with any other planned future improvements that may influence the project. ENGINEER shall 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. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. City of Fort Worth,Texas Attachment A PMO Release Date:08.12014,Modified August 22,2017 Page 3 of 21 ATTACHMENTA DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. • The Engineer shall purchase aerial photography of the project area to use in the development of project design alternatives evaluated in during the production of the Route Study Technical Memorandum. 2.2. Field Data Services • The ENGINEER shall complete up to 15 manhole inspections of existing M-199 interceptors utilizing RJN field crews. RJN shall produce a summary report, including the site inspection forms for each manhole inspection performed. • The ENGINEER shall utilize collected flow monitoring and rainfall data from two CITY owned flow meters and one CITY owned rain gauge applicable to this project area in order to process and analyze the hydraulic data to assist with capacity designs. The ENGINEER shall perform independent calibrations at each flow meter site. 2.3. Route Analysis & Conceptual Design Exhibits • The CITY shall provide the ENGINEER with record drawings associated with the project area and CITY GIS files available for water, storm, and sanitary sewers. • The ENGINEER shall obtain (purchase) NCTCOG topography and aerial image photography. • Select Field Surveys shall be completed for the Route Analysis by the ENGINEER's sub consultants to: i. Set survey control, confirm NCTCOG topography, tie-down existing manholes on all M-199 pipelines in the study area, and provide levee boundaries ii. Phase 1 EA screening (conduct desktop EA) and initial USACE project coordination (with field visit(s)as necessary), and iii. Cultural Resources Study • The ENGINEER shall investigate property ownership in the project area and identify with a field visual investigation utilities, including the common carrier natural gas pipeline managed by Williams Engineering, which may impact the route analysis and study. • The ENGINEER shall generate GIS and/or CAD exhibits for each route analyzed 2.4. The Design Technical Memorandum Report package shall include the following: ■ Technical Memorandum Cover Sheet City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 4 of 21 ATTACHMENTA DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 • Graphic exhibits (Task 2.3) and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. ■ Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative form. ■ Documentation of key design decisions. • Estimates of probable construction cost. 2.5. 30% Design Drawings for Selected Route (.dwg files) • The ENGINEER shall produce 30% Plans for the selected route from Task 2.4 agreed upon with the CITY. 30% Plan shall be generated in AUTOCAD CIVIL 3D. Plans shall include plan and profile drawings to a 1:20 scale based upon survey completed under Task 2.3 including overlaid aerial photography. • The ENGINEER's structural sub consultant will provide conceptual level advisement and cost estimate for structural components 2.6. QA/QC • The ENGINEER shall conduct appropriate QA/QC measures for the conceptual design phase. 2.7. Construction Estimate • The ENGINEER will provide a conceptual construction estimate for the selected design pipe route. 2.8. Project Update Meetings • Up to 2 project update meetings will be held with the CITY. The ENGINEER will provide notes of the meeting to the CITY. 2.9. Design Submittal Review Meeting • One design submittal meeting will be conducted with the CITY. The ENGINEER will provide notes of the meeting to the CITY. ASSUMPTIONS • 5 copies of the conceptual design package (30% design)will be delivered. The Design Technical Memorandum (Conceptual Design) Report shall be letter sized and comb- bound with a clear plastic cover. Drawings will be 01x17) size fold outs bound in the report • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • Up to two (2) project coordination meetings may be held with the CITY. After any project meetings are conducted, the ENGINEER shall prepare and distribute meeting minutes. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 5 of 21 ATTACHMENT A DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Technical Memorandum Report and Conceptual Design Package. DELIVERABLES A. Design Technical Memorandum Report and Conceptual Design (30%) AUTOCAD CIVIL 3D plans for the selected route B. Plan Submittal Checklists (See Task 10) TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1 Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet • 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 comer of North Side Drive and North Main Street). • Overall project easement layout sheet(s)with property owner information and a number for each easement required. • Overall proiect water and/or sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. The lateral and/or main ID numbers with pipe sizes shall be shown. • Overall water and/or sanitary sewer abandonment sheet. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft of plan/profile sheet—two or more. • Bearings given on all proposed centerlines, or baselines. City of Fort Worth,Texas Attachment A PMO Release Date:08.12014,Modified August 22,2017 Page 6 of 21 ATTACHMENTA DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 • Station equations relating utilities to paving, when appropriate. • Plan and profile sheets which show the following: proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. The existing profile number or record drawing location and year of installation shall be referenced/shown on the plans. • The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall fumish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering (SUE investigation has been performed). The Level A SUE will be performed; (1) by the ENGINEER if included in the fee proposal; or(2) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or(3) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options, the ENGINEER shall propose appropriate de- hole locations in the project and collect flow line elevation and other applicable information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • ENGINEER shall 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. • Provide map showing location of new manhole construction at the end of existing sewer segments, 90 degree bends, or tee connections. Site survey or specific design plans for manhole construction is not included as part of the scope. The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. manhole construction. • The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 7 of 21 ATTACHMENTA DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 the CITY's Standard Specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. • The ENGINEER shall provide a detailed cost estimate showing quantity take offs designated by each sheet of the plans. 3.2. Geotechnical Investigations • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made within the project limits as designated by the ENGINEER. In addition to the above investigations, twelve (12) borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. Up to six(6) additional geotechnical bores may be required depending on the final design alternative selected. 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 • During the preliminary design phase the ENGINEER shall provide project exhibits and attend a 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. • A list of affected citizens shall be provided to the CITY in an excel file in the required format listing the following: o Property Owner and Address o Business Owner and Address o Resident Owner and Address 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, private utilities, private utilities and impacted government agencies (eg: Westworth Village, USACE/TRWD, NAS Joint Reserve Base Fort Worth)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. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 8 of 21 ATTACHMENT DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 • The ENGINEER shall upload individual DWF and/or files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 3.6. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "typical details" on the CITY's Buzzsaw website. The typical details need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. 3.7. Construction Estimate • The ENGINEER will provide a preliminary design construction estimate for the selected design pipe route. 3.8. QA/QC • The ENGINEER shall conduct appropriate QA/QC measures for the preliminary design phase. 3.9. Project Update Meetings Up to 2 project update meetings will be held with the CITY. The ENGINEER will provide notes of the meeting to the CITY. 3.10. Design Submittal Review Meeting • One design submittal meeting will be conducted with the CITY. The ENGINEER will provide notes of the meeting, including action items, to the CITY. ASSUMPTIONS • 1 public meeting(s)will be conducted or attended during the preliminary design phase. • 18 Geotechnical borings are expected for this project. The ENGINEER has included 12 geotechnical bores with an average bore depth of 25 feet each to be obtained during Preliminary Design Phase and those costs are included in the preliminary design budget. • Traffic Control "typical details"will be utilized to the extent possible. It is assumed an additional 1 project specific traffic control sheets will need to be developed for any pipeline alignment utilizing public right of way (ROW) in Westworth Village or Fort Worth. • 5 sets of 11x17 size plans will be delivered for the Constructability Review. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 9 of 21 ATTACHMENT A DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 • 5 sets of 11x17 I size plans will be delivered for the Preliminary Design (60% design). • 2 sets of specifications will be delivered for the Preliminary Design (60% design). • DWF and/or PDF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications, 4 as needed. • Preliminary design (60% plans) DWF and/or PDF drawings will be delivered for Utility Clearance and posted on Buzzsaw. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Traffic Control Plan D. Storm Water Pollution Prevention Plan E. Estimates of probable construction cost F. Data Base listing names and addresses of owner/residents and businesses affected by the project. G. Plan Submittal Checklists (See Task 10) TASK 4. FINAL DESIGN (90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • For projects that disturb an area greater than one (1)acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP)with appropriate regulatory agencies. 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. • ENGINEER shall 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. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. City of Fort Worth,Texas Attachment A PMO Release Date:08.12014,Modified August 22,2017 Page 10 of 21 ATTACHMENT DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%)to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages.Whenever feasible, this estimate shall use ONLY standard CITY bid items. • A project summary letter shall be submitted to TCEQ describing this project and seeking TCEQ's interest in receiving a formal review submittal of the pre-final design (90%) plans and specifications. ASSUMPTIONS • 2 sets of full size drawings and 2 specifications will be delivered for the 90% Design package. • A DWF and/or PDF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • Up to one Project Update Meeting is included in this Task. • ENGINEER to provide estimated final sheet list(cover/index, general notes, control point location, easement layout, SUE plan sheets, no. of plan/profiles, special detail sheets, etc.) • 2 sets of full size drawings and 2 specifications will be delivered for the 100% Design package. • A DWF and/or PDF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. DELIVERABLES A. 90% construction plans and specifications. B. Submit project summary letter to TCEQ. C. 100% construction plans and specifications. 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. F. Plan Submittal Checklists (See Task 10) TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 11 of 21 ATTACHMENTA DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .PDF 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 AM 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 bidder's 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 Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher)format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 12 of 21 ATTACHMENT DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 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-1956-0rg47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320 org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36"shall be the total number of sheets in this file. Example: X-12755—org18.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Buzzsaw. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956—SHT01.dwg", "W- 1956—SHT02.dwg", etc. 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.dwgn, "X-12755—SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 13 of 21 ATTACHMENTA DESIGN SERVICES FOR M199C•R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 • 18 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 8 sets of full size and 6 sets of 11x17 size drawings plans and 8 specifications (conformed, if applicable)will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. 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 Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 14 of 21 ATTACHMENTA DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 o Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet,whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher)format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_rec47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "_rec"designating the file is of a record drawing plan set, "47" shall be the total number of sheets in this file. Example: W-0053—rec3.pdf and K-0320—org5.pdf II. Water and Sewer file name example — "X-35667_rec36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755_rec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in l u:zzsa ASSUMPTIONS • 20 RFI's and Submittals are assumed. cease Date:08.1.2014,Modified August 122 2017 of 21 ATTACHMENTA DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CRY PROJECT NO.:100836 • 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 on Mylar TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right-of-Way Research 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. 7.2. Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM for real property acquisition • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • 20 Easements or right-of-way documents will be necessary. • Right-of-Way research and mapping 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. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 16 of 21 ATTACHMENT A DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 DELIVERABLES A. Project Parcel/Right of Way Map B. Easement exhibits and meets and bounds provided on CITY forms. TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • Due to the complexities of the developing design alternatives and selecting a final alignment and design plans, the ENGINEER has budgeted funds for limited surveying support during the project route study and conceptual design phase and then a total of 13,000 LF of topographic survey to be used for design. All survey above and beyond this amount will require additional funding to be authorized in the form of an amendment. • 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. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 17 of 21 ATTACHMENT A DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 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 any property, the ENGINEER shall prepare and submit a Temporary Right of Entry letter to CITY PM for signature for coordinating site access with landowners. This letter shall be presented to property owners by the ENGINEER and its Sub-consultants prior to attempting to enter a property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 8.3. Subsurface Utility Engineering (SUE) • Level A SUE for two (2) potholes; Level B SUE of a single (1) crossing of known utility corridors or street intersection and associated sub-centimeter accuracy survey are included in this subtask. The ENGINEER's sub consultant will complete work for this task as directed by the ENGINEER at locations agreed upon between the ENGINEER and the CITY. All SUE survey above and beyond this amount will require additional funding to be authorized in the form of an amendment. ASSUMPTIONS Topographic survey at intersection will include no more than 100 ft. in each direction. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. C. Temporary Right Of Entry Letter from City authorizing project surveying TASK 9. PERMITTING ENGINEERING SERVICES. ENGINEER will provide permitting support as follows. 9.1. SWPPP • 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. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 18 of 21 ATTACHMENT A DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 9.2. Floodplain Services • The ENGINEER will obtain applicable floodplain boundary geospatial data from FEMA to implement into conceptual, preliminary, and final plans. The project shall be designed in accordance with TCEQ regulations on construction in flood plain where applicable. 9.3. TOOT Permitting The ENGINEER will assist the CITY will required exhibits and project data for TOOT permitting. The ENGINEER shall fill out up to one (1) draft TOOT permit application form for the CITY to review and SUBMIT to TOOT. 9.4. Gas Main Crossing Permit The ENGINEER will coordinate efforts for up to two (2)gas main encroachments or crossings with the appropriate entities, including submitting deliverables to such entities and filling out encroachment requests on behalf of the CITY. 9.5. TRWD &City of Fort Worth Parks Conversion The ENGINEER will assist the CITY with pre-permit park conversion services, if required by the selected project design alignment. Formal permitting processes for park conversions will require additional funding to be authorized in the form of an amendment. TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffic Traffic Traffic Street Water Traffic Control Control Control 90 60/° /0 /o Attachment°A° Signal Storm Storm Lights /Sewer Engineering 30 Water Water (Submit (Submit Type (Submit All 30% 60% All @ All @ (Submit All @ 30%) 30% 60%) @ 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 City of Fort Worth, Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 19 of 21 ATTACHMENTA DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 ASSUMPTIONS N/A DELIVERABLES A. N/A B. N/A ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existinq 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, including temporary right-of- entries. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services • Periodic site visits during construction phase Additional project coordination and review meetings or extra public meetings Additional reproduction/printing costs beyond the budget/quantities specified in this document. • Performance of materials testing or specialty testing services. Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. Services related to permit submittals (ie, NWP, USACE (Section 404/408), railroad, etc...). No environmental permitting services have been included in this contract and may be needed. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 20 of 21 ATTACHMENTA DESIGN SERVICES FOR M199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN CITY PROJECT NO.:100836 • Services related to Survey Construction Staking. • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Construction Shop drawing review, samples and other submittals submitted by the contractor. Performance of miscellaneous and supplemental undefined services related to the project as requested by the CITY(City Directed Services). City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified August 22,2017 Page 21 of 21 ATTACHMENT B COMPENSATION Design Services for M-199C-R PARALLEL INTERCEPTORS FOR WEST FORK BASIN City Project No. 100836 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $525,000.00 as summarized in Exhibit B-1 — Engineer Invoice and Section IV—Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in Item III, of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.092012 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Fee Amount Percent % Firm rr m�ari ; Responsibility Prime Consultant RJN Group, Inc. Design $356,606.00 67.92 Proposed MBE/SBE Sub-Consultants Gorrondona & Survey, Easements and $123,044.00 23.44 Associates, Inc. Geotechnical Services Symonds Ecology, Ltd. Environmental Services $8,000.00 1.52 — Regulatory Screening Jakan Engineering, PLLC Structural and Civil $30,000.00 5.71 Design Services The Rios Group Subsurface Utility $7,350.00 1.40 Engineering (SUE) Services Non-MBE/SBE Consultants TOTAL $525,000.00 100% `" reject Number& Nam""e Total Fee $ MBEISF' , W$ MBEISBE % City Project Number 100836: M-199C-R Parallel Interceptors For $ 525,000.00 $ 168,394.00 32 % West Fork Basin City MBE/SBE Goal = 10 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert.required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 Professional Services Payment Request Project Manager: Walter Norwood Summary ttacx Project: M-199C-R PARALLEL INTERCEPTORS FOR WEST FORK BASIN I uNut-CK City Project#: 100836 City Sec Number: C-XXXXX Consultant Instructions: FIN In green cells including involve Number,From and To Dates and the Included worksheets. Company Name: RJ N GROUP,INC. When your Invoice Is complete,save and close,start Buaaeaw and Add your Invoice to the Consultant folder within Project's folder. Consultant's PM: Chris Brooks,P.E. email: cbrook5@rinmail.com Vendor Invoice 0: Offce Address:6701 Brentwood Stair Road,Suite 100W,Fart Worth,Texas 76112 Payment Request#: Telephone: (817)4513500,Ext.21 From Date: Fax: (817)451-3506 To Date: Invoice Date: Remit Address:RJN Group,Inc.,200 W.Front Street,Wheaton,IL 60187 or Send Electronic Payments First Midwest Bank Routing Number 071901604;Account Number 8100217309 Agreement Agreement Amendment Amount to Completed Percent ($)Invoiced Current Remaining Sheet FAC and Work Type Description Amount Amount Date Amount Completed Previously Invoice Balance Work Type SEWER $525,00000 $525,000.DC $525,000.00 Work Type 2 Work Type 9 Work Type 4 Work Type 5 Work Type 8 Totals This Payment Request s525,000.00 $525.000.00 $525000.00 Overall Percentage Complete: Professional Services Payment Request Prn)ect Muugar We N—w Project: M-199C-R PARALLEL INTERCEPTORS FOR N City Project 0: 100836 Work Type Desc: Sewer Conaueentmet�„adnn+: F/A/C: City Sec Number: C-xxxxx FIN In g—mil,InchMlng P—e,,t Complete and lr-o P—wb Iy ownul.s Purchase Order: When your Irw"Is complete.save end cbse,snn a....and Add rour M—I-Io Iue Conauemt}elder W.P.J—s Wdar. Company Name: RJN GROUP,INr:, Consultants PM: Chas woes,P.e. email: unrooas®rynmel— VendorInvolce0: Office Address: 8701 ere and SMIr Road,Sues 1m .Fort wad,.Teas let12 Payment Request R: Telephone: (817)451-850x.rBrt.21 From Date: Fax: (817)a 1.1606 To Date: invoice bate: Remit Address: RJN Group,Im.,zoo W.Front Sumt,Wl—a It.W167 or sena Pay Items Agreement Agreement Amendment Amendment Amountto Completed Percent ISj Invoiced Current Remaining Oescnption Amount Number Amount Date Amount Completed Previously Invoice Balance 30-Design j525,Opg.00 5525.0011.. $525,gW W Totals This Unit: s52s e0000 ss2s.000.m s'2,—2Q Overall Percentage Complete: Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for M-199C-R Parallel Interceptor For West Fork Basin City Pro'ect No.100836 Labor hours Task b-a iption Project Project Project Data Field Fi*d TOUT Labor Se Total Expense Tesk No. ec- E EIT CARD Atlminlstrative .pager Technician Cast SUDcalsulUM nTraval Reprotluc0an Cast Task SUB Total %CelnploWtl SBemelnln8 r 5245 na32tS ;155 115 40.5 A std F,n 5 rvis8 M MWBE Non-MWBE IA -j-Management 0 42 0 14 0 o 0 S13,2a8 so W 50 W SO 513,220 1.2.1 Pre-0eslgn Dvortllretlon Mee'Ing o 2 1 2 C 10 0 0 0 5015 $o $815 Prepare B-11-Schedule 0 8 11 0 0 52.955 _ $0 $2,955 125 Prepare Monrhly"mgfess Repvrta wrn o 24 0 01 0 0 0 0 sehadwa ss,10o $D as,lso 13.6 Preparo Mo,tlhly MBE/59E Reports 0 0 '9 0 C $4,295 $0 $4298 a0....Conceptual Design(308erceM) 3 90 79 154 208 3 a 12 9 12 $76,090 Sa.,$00 so $1,000 $2.315 $23,815 $100,713 Data Conec'lon 14 12 15 6 0 0 0 0 Ei,349. 816,500 5]50 5'790 519,040 326,380 22 RG acenad by Ne DOFW)515. 1 - 0 6 12 9 12 $1,09] $11v $250 $7,347 Route Anzysis&Conp.Mual Cba9n E ,bits 0 16 40 60 100 0 0 .427,o40 $a 52],040 Design-.eehnleal Memorandum 0 B 16 6 0 0 0 0 Cj $5,020 $525 5525 $5,645 25 Des.gr Drawinga br Selected RodU D 40 B 32 96 0 0 0 523,]71 $4,000 $400(1 $2]171 2 C -C 20 0 0 0 51,350 $0 __51,350 27 Cm-...U-Fatimale 6 4 4 4 0 0 0 0 0 0 51.940 so $1,940 1-1 ;2 us-d1 C 6 5 4 0 0 0 0 0 32525 EO_ 52525 2& nesi5n 6<b-Ittal Pe.erery Mseting 0 1 2 0 0 0 0 5815 SO 58'16 3.0 Pr.-...y De Ig 160 Percent) 7 105 135 102 350 e o 0 o 0 5101,331 $4a,MI f0 So $5a5 543,018 S145,150 31 Preli'inary Deslgn Orawbl�z 0urcludes 2: 00 343 6 0 0 0 0 $14,881 $17,C00 $525 $17,525 $92.188 s,vc uta eng,necrng sunvr _ Gevtaohniczllnvesllgativns A 65 2 V 0 0 C 0 0 0 E1 970 $26,294 $26294 528,264 33 Cprlslruclabillry Review 0 0 0 0 U 0 $1,225 SII $1,226 anng o a J 6 $2oao $c $;c3D I Pwn„Ma a o c c v 3.: Uillry Cearance C B 20 40 0 0 0 Il 0 E9,42J $D Bd42o 0 35 TrafficC,-I Pear a 6 5 6 10 _ 0 0 9 0 0 $3,9.1 $o $3,mo 37 �nstrudion estimate 0 3 4 o 0 o 0 0 0 $2035 $a 52,036 3.6 .1- 0 a 0 o 0 0 $1.720 $0 $1,720 Dro'eN L' ate Meetln alt sasumetll D 5 fi 6 0 0 0 J 0 0 x340 EO 83,340 3.10 0 2 2 0 0 p 0 $970 FO $970 40 F nal Design 2 04 et 03 147 20 0 0 D 0 553,983 59,000 EO 30 ;SaS f9,528 183,518 4, E1nal Qrah(90%J ConsVuolivn Plans an0 C' 33 49 10 11 '.6 0 0 $30,212 $6,000 5263 $fi,.a ;36475 Specifi-w. 42 Final(100%)Plarm and Spevifisallons 2. 1s' 20 35 55 6 0 0 0 0 $1],351 5263 $253 b1T,611 4.3 f=inal!100%1%arm56peci0mtiona!subs) A o o 0 0 b 0 $9,880 53,000 $3.o00 54.690 J< ggrqq 0 8 0 D J 0 0 0 0 $em $0 ;660 4.5 on EsBma!es(v0°F,ard',00'F) o 2 o 0 0 $5,395 51345 nose,co J 0 0 z'0 P-cloct J:Na'a Meatnes j'.assumed! A 9 0 0 0 0 D 0 51,515 $0 $1,515 4.7 Deslgn�ubmiCal Rev'ew MesLng 0 2 2 2 W. $0 f9]0 $o B,d Phase 0 18 1 22 12 0 0 0 0 0 58,018 SO SO 30 5655 565$ S9,BT1 5^1 Contract Dxumen'a an0 ManUin Plan 9 B 4 ioloara L:aI $2160 ED Ct1y of FCR Wonh,Texas AttacOmen!a 1awl Ef 66pplemerrt PMO OXicial ReleaseDale'.8092012.MODIFIED August Yl,2011 1 or'e Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for M-199C.R Parallel Interceptor For West Fork Basin City Pr act No.100896 Labor hoarn Ea TaaM No. Task Oeacrlp6on Project Pr¢jec[ Protect En ADD AtlmiMatrafEve Date Fieltl Manger Field Field —I Isboi sabcansurteM ae F.� T—Sub T—I %C'anp- S Remainfr0 Director E Mal m Su Technician Co61 Tiaval RaprlducYion teiCoal $245 Maw$215 n$10 115 C Mwe6 n-MwBF 5 t.3 ACand�reLitl Cor'erence 0 20 0 0 D 0 0 0 0 $430 $0 3430 51 4 A[tend Bid I A20 0 0 5430 f0 5450 51.5 Tabulxe Bqe and ReaommaM AwaM 0 2 o 4 0 0 0 c D saw 30 3350 5.1.9 laaee Cori(Prmed Co[Xrect Oocumenls 0 4 14 B 9 0 C 0 $5399 $6i5 $656 55,?4t �.... 6.0 Cbrasbuc0¢n Phase Services o 37 ]A 5/ 0 o 0 0 0 $2,155 So to t0 3525 5525 $22,5&06.1,1 tend PmcenstrucGen Conlemnce 0 1 2 0 0 0 0 0 $756 9'0 $?5b 6.12 ArtsrM PUWic Mee9n41Preconsiruclion) 0 2 2 0 0 $7aG Sc 5740 8'3 P.o�ecf Slfe Marta 0 10 10 B 0 C 0 C 0 J f4,6:0 50 K.0 6.'.4 B�bmT.al Review 0 12 16 24 0 0 o 0 0 o $7,820 so $7.820 6.1.5 mlmxi¢r 0 4 6 0 0 5R1R1 iC $2,170 6r fi Final Walk Tnro nand nancn Llsl 0 4 0 4 0 G 0 L 0 0 $1,310 SE 51,320 52 ecord Drawings 04 1 20 14130 $525 $F2E 55,255 70 ROWIFacemenf serNcea 0 8 10 26 4 o 0 0 u 0 $6,910 m'.o 30 M 30 32o.o. S26,- 7 Researcn 0 $26,.a I SE 52,620 ].! 4 4 B 4 0 1 1 72 R',gh-ol-WaylEasemert Preparat on aro o 6 3 C 54:Jc3 $20.[0[ 524090 8.0 Surve 0 10 5 13 10 0 0 0 01 0 65,4To $75,9o0i 30 534 f0 fT5,834 f6Y,lod B' Design burve 0 6 4B 9' 1 53,670 EEA260 37",.920 82 Tem­1 R19ht cl Entry 8,1m11 o 2 $669 50 5860 8.3 SUMuhace Jtllrty E,,—ring(SI.EI 0 2 12 2 o o D 0 0 31140 57,150 E $7,514 56524 0.0 Perm1[bn9 o 16 2$ 42 24 4 0 o 0 0 115,166 so 30 f0 f0 $0 316,18& BWPFF 0 4 '6 12 0 D $5,568 $o $5.668 3.2 9—'1ain 5ercices o 4 6 6 2 $2920 $D $2.9211 93 iMOt oortnitting 0 2 4 11 51,430 So 31,920 9.4 Gaa M.M Droasing�ermXS(2 a5sumetl) 0 2 6 l2 4 0 0 0 $9,160 $0 so in TRW D 6 City of Fort WOM Parka B.5 Conversion(pre-permit services anly)tt 0 4 2 1 2o o $1,610 SO 31&10 enf needed 10A city Directed 8arvluea o 0 0 o 6 0 0 0 0 0 s0 so soSo fo $3,066 390,000 101 city Olrected Service 4 0 o I 0 o 0 s0 s0 EO $36,000 s30.wo T.W. 12 398 $65 ST2 T/6 56 5 12 9 12 $$04,167 3166,8 50 II $4,545 $175,974 $106,161 RoJ«1 Summary 247 ,it Labor 5304,9187 Eapenaa 5173.74 491191E 1-1 51 GB 380 or.-Mt3EM1JL Su[tionsrltanl 30 $19,63940 YF-EEFartico 321% Total Project Budget a u 1 crty or F¢rtwrnn.T«aa Altacnmarl DwartUa 12 M PMO Ofnctel Rei¢ax¢❑eM'.A.C9.2913.MODIFIED August 22,2017 2&2 CITY OF FORT WORTH,TEXAS M-199C-R PARALLEL INTERCEPTOR FOR WEST FORK BASIN-CPN 100836 ENGINEER'S PROBABLE OPINION OF COST 23.4.ug-17 I'I'lAl N0 DESCRUTION NIT QUANTIC' 7 -PE ., 14 1 'fearing and Grubbing(Tree Removal) LS 1 1 0 $1;oQ0 2 !'ipe-Sewer-48 to 54"FRP(picks up M-356B)-Install by Open Cut LF 670 45t.,1 10 $3,,11.4�(i-i 3 'ipe-Sewer-42"FRP-Install by Open Cut LF 7,355 37 5,. 4 'ipe-Sewer-42"FRP in 60"Casing Pipe or TLP-Installed B.O.T.O.C. LF 442 2,000.00 $8R .-..-...--... 5 Pipe-Sewer-36"PVC-Install by Open Cut LF 601 275.00 $165,275 6 Pipe-Sewer-30"PVC-Install by Open Cut LF 236 250.00 $59,000 7 Connect to Existing Pipe(Ex M-199B) EA 1 10,000.00 $10,000 8 Inspection-Pre-Construction Cleaning&TV-Study LF 11,100 6.25 $69,375 9 Inspection-Post Construction Cleaning&TV-Study LF 9,304 3.50 $32,564 10 Structures-Trench Safety Systems-Install LS 1 10,000.00 $10,000 11 Pipe-Trench Safety System -Install LF 8,862 2.00 $17,724 12 Conshield Manhole-7-11 Dia Large Base Manhole(to 7 Ft Depth)-Install EA 3 12,500.00 $37,500 13 Conshield Manhole-Std 6-ft Dia Manhole(to 6 Ft Depth)-Install EA 8 10,000.00 $80,000 14 Conshield Manhole-Std Type A with 5 Ft Dia.Riser(to 6 Ft Depth)-Install EA 2 9,000.00 $18,000 15 Conshield Manhole-Std 6 Ft Dia MH-Added Depth(>6 Ft depth)-Install VF 72 375.00 $27,000 16 Conshield Manhole-Std 5 Ft Dia MH Riser-Added Depth(>6 Ft depth)-Install VF 42 350.00 $14,700 16 Manhole Coating System-Install on all MH's SF 5,688 15.00 $85,320 17 Concrete Street Replacement(assume 26'width) SY 11,353 135.00 $1,532,700 18 Asphalt Street Replacement(assume 26'width) SY 4,845 95.00 $460,243 19 Concrete Curb and Gutter LF 12,100 40.00 $484,000 20 Concrete Collars EA 13 450.00 $5,850 21 Junction Box/Vault at US Connection(includes internal protective coating) LS 1 55,000.00 $55,000 Iunction BoxNaults at Connections(includes internal protective 22 LS 1 75,000.00 $75,000 cin 1 22 Manhole-Vacuum Test-Services EA 13 250.00 $3,250 23 Storm Water Pollution Prevention Plan>1 Ac SWPPP-Install LS 1 20,000.00 $20,000 24 Seeding,Hydromulch,-Install&Maintenance Period SY 38,933 6.00 $233,600 25 Abandon Existing 24"Sanitary Sewer Pipe(M-199C)in Place CY 725 125.00 $90,625 26 Abandon Existing 36"Sanitary Sewer Pipe(M-199C-R and M-199B)in Place CY 8,445 125.00 $1,055,625 27 Abandon Existing M-199C-R,M-199C&M-199B Sanitary Sewer Manholes in EA 14 2,500.00 $35,000 Place 28 Owner's Allowance(2.5%) LS 1 $215,900.00 $215,900 29 Mobilization(21/o) LS 1 $172,720.00 $172,720 30 15%Contingency LS 1 $1,295,400.00 $1,295,400 Land Rights(very rough estimate)-see below Subtotal: $10,319,996 Temporary Construction Easements -PSSE Length plus 3000 LF for M-199C= SF 192,000 2.50 $480,000 7,400 LF in length x 30 LF wide) Permanent Sanitary Sewer Easements 3400 LF in length x 40 LF wide) SF 136,000 10.00 $1,360,000 Subtotal: $1,840,000 Total Estimate: $12,159,996 NOTE: EPOC is for Alternative 1A-see attached Exhibit. Bypass pumping is considered as a subsidiary cost to all other items bid.Average MH depth of 15 ft assumed. Estimate includes approximately$2.48 million in Westworth Village street reconstruction. See estimate 1A1 if all trenchless is performed in those streets ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for M-199C-R PARALLEL INTERCEPTORS FOR WEST FORK BASIN City Project No. 100836 NO CHANGES City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 1 Attachment D-M-1"C-R Parallel Intercept"for West Fork Basin-proposed Project Baseline Schedule M ................ .............. ............ ............. .......... .......... ............ ................... ....................... ....................... ............................................. 12— ...................... .......... ........... ........ ............. .......... ........... .................................... . ............................... ............................. .................................................... ................ ............ ..........— ...... ....... .......... . ............. ..........................................nXm Tr YO.'O ... Z M .... • W.—.W—bmF ..... ..... .lb:Y.6:.647..... ....... . .............. ......... .... P �w� ... . . ..... ..b .... ..... 77. 7 ...................... ............... ................................................................. ................... ssi ......................................................................................... .............. ...... ................. W., ............................. .................................................................................................. ................. V­V ..................................................... .......... .......................................... ........ ...................... .................. .................................................... .. ................................................................................................................j ......."..... .... .L.. . . .... .... ... ................... .......................... 41 ............................ 5.15 NYItlIY1cMMt9lPnlANtdml tar Wes!alt vte ries t9Hw9� .................................. .................. ........... Aan te20 1A P.J.— d— fs., ........... ......... ............................................................... ................. ..... ..... ................ ............................................... .................. 4 I ...................................................................... .................. iis�. ...................... ........... ............. ..........—........... ................. ................ ............................................. ................................................................................... ftr�0-1 T. I I ............. ....................... ..................... ........... ............ d3 51ael59ne ..................... ............................... ................................ ..............................I........... ............. .......... .......... $2910 ........... ....................................................................................................................... .................. ........... ............................!t_........................................ ....................................................—................................................... (2 .............................................................................................................L....................................................... P.W.Ow w + N - GASOLINEIJET FUEUDIESEL •n ,. 44 I�,•,�•rti, ra.�• � IIS P G W L-a 318 r i YYILLLIAMS % CV NATURAL i PIPELINE IPELINE dp L-414 I �r - _ 3 tr Y _ � III L,4314 l`Y(§"eS dMl>E". (�] - apt (Wrvt 41 -+v Cl) 41 �,ym aw �t 9 c+7 } i99e51 J ef' � RA�Ilblpil CY � ' p� westwort i, N L-4282 U) Cl) i YA+ a Pcpr..n L� �• ag n vl 68 -4 L-428 Noun - j � . N6.Lep 110 Richland � t9 ;zO Huis Hurst c9� o -430 '., Lake Wmth Hait—City i r � Sansom Park r •,a","'d Fria a �' UJ RN�` ✓� -2068 M-207 M-'207 M-207 L-4874 L-5053 L-5053 00. ettietnent ,* 1N .. E+etcwy - Fort Worth � � 'ra r R a^ _L-4138" -4873 L-5052 L-5052 n79 L-4872 I L-5051 L-5 5y PROJECT * ATTACHMENT E LOCATION M- 199C- R Parallel Interceptor for West Pork Basin PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA rQ RTMar COUNCIL ACTION: Approved on 11/7/2017 - Ordinance No. 22983-11-2017 & Resolution No, 4858-11-2017 DATE: 1117/2011' REFERENCE **C-28461 LOG NAME: 6060M 1 99CRPIWFB - RJN NO.. CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Engineering Agreement with RJN Group, Inc., in the Amount of $525,000.00 for M-199 C-R Sanitary Sewer Main Parallel Interceptor, Provide for Staff Costs, Property Acquisition and Utility Coordination for a Total Project Amount of $600,000.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures and Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 7) RECOMMENDATION: 1. Adopt the attached resolution expressing official Intent to reimburse expenditures with proceeds of future debt for the M-199 C-R Sanitary Sewer Main Parallel Interceptor Project; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer DPN Fund in the amount of$600,000.00; and 3. Authorize execution an Engineering Agreement with RJN Group, Inc., in the amount of $525,000.00 for the M-199 C-R Sanitary Sewer Main Parallel Interceptor Project(City Project No.100836). DISCUSSION: This Mayor and Council Communication (M&C) is to authorize the preparation of plans and specifications for the installation of M-199 C-R Sanitary Sewer Main Parallel Interceptor Project. Sanitary Sewer Main 199 C-R services the West Fork Basin. As part of the City's Wastewater System Master Plan, the need for a 30-inch parallel relief line to M-199 C-R was identified. RJN Group, Inc. proposes to provide the necessary design services for a fee of$525,000.00. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $75,000.00 is required for project management, utility coordination, real property acquisition and material testing. Engineering for the M-199 C-R Sanitary Sewer Main Parallel Interceptor is one component of the overall project that includes project management, easement acquisition, utility coordination, material testing, inspection, construction and contingencies. The overall project budget is $4,600,000.00. Design is expected to start in December 2017 and be completed by June 2019. Construction is anticipated to commence in November 2019 and be completed by October 2021 This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note (DPN) Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio http://apps.cfwnet.org/council_packet/mc review.asp?ID=25292&councildate=11/7/2017 11/9/2017 M&C Review Page 2 of 3 (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the DPN Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2017-2021 Five Year Capital Improvement Plan on January 24, 2017, Mayor and Council Communication (M&C G-18927). This City Council adopted plan includes this specific project, with funding identified through the DPN program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. This project will have no impact on the Water Department operating budget. M/WBE OFFICE - RJN Group, Inc., is in compliance with City's BIDE Ordinance by committing to 31 percent SBE participation. The City's SBE goal on this project is 16 percent. The project is located in COUNCIL DISTRICT 7 and Westworth Village. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water/Sewer DPN Fund for the M- 199 C-R Sanitary Sewer Main Parallel Interceptor Project. The Water& Sewer DPN Fund includes authority of$100,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer the balance will be $86,370,529.00. Funding for this project is depicted in the table below. Fund Existing Additional Project Appropriations Appropriations Total* Water & Sewer DPN $0.00 $600,000.00 $600,000.00 Fund 56014 Project Total $0.00 $600,000.00 $600,000.00 *Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 http://apps.cfwnet.org/council_packet/mc review.asp?ID=25292&councildate=11/7/2017 11/9/2017 M&C Review Page 3 of 3 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Kara Shuror(8819) Additional Information Contact: Walter Norwood (5026) ATTACHMENTS 6060M199CRPIWFB RJN 60 AO 18 REVISED.pdf 60M199CRPIWFB RJN Form 1295.pdf 60M199CRPIWFB RJN Map 1.pdf 60M199CRPIWFB-RJN-REIMB RESOLUTION.doc http://apps.cfwnet.org/council_packet/mc review.asp?ID=25292&councildate=11/7/2017 11/9/2017 Page + 1 60M199CRPIWFB RJN RD Table: FIDs (Budget) Rec Fund Dept Account . Activity CF Aniount Purpose 1&2 56014 0700430 1C)08362018 S 2 .�si2014 07004301 5330500100936___ 70C-'7-,0 ._ 2016 � _ $660,000.00 i Rec Fund .- t Account ProjectlD Activity BudgetYear CF Program Amount } FIDs (Budget) Rec Fund Dept Account ProjectlD Activity OudgetYear CF Program Aniount 3 5601.4 0700,43[7 5330500 1008525,000.66 a -a�Lt 1 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos,1-4 and 6 if there are interested parties, OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties, CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-254624 RJN Group, Inc. Dallas,TX United States Date Piled: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 08/28/2017 being filed. City of Fort Worth Date Acknowle ged: I L !L) 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 100836 Engineering Services-M-199C-R Parallel Interceptors for West Fork Basin Project-Design 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Jackson, Daniel Dallas,TX United States X Plymale, Paul Dallas,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. ►cY'�"�;, CHERYL.D.TEAMES MY COMMISSION EXPIRES NOVEMBER 30. 201 Signature of author i ed agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE � ,) Sworn to and subscribed before me,by the said DAP-J-'6-L J AC1.SorJ this the c214'k day of�, 20 1—+ to certify which,witness my hand and seal of office. L TE CS ssi5 Ate' ign re of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337