Loading...
HomeMy WebLinkAboutContract 51009 CITY SECRETARY CONTRACTNO, CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Wier & Associates, Inc., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Golden Triangle Boulevard and Harmon Road Roundabout Intersection Design Task Order Contract. 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 $225,000.00 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. OFFICIAL.RECORD City of Fort Worth,Texas 6 2418 Standard Agreement for Engineering Related Design Services CITY SICRIKTAW Revised f Date:12.22.2016 Pageo6 "1 wo"Ho TX R11 +*� (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing 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 2of16 (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 affect the amount that should be paid. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 4 of 16 H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. 1. Minority 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 together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 5 of 16 (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. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 6 of 16 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 documentation hereto shall not constitute a waiver of the insurance requirements. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 7 of 16 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. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date: 12.22.2016 Page 8 of 16 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 (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the 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 amendment to this AGREEMENT. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 9 of 16 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 receipt of a written Notice to Proceed from the CITY. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 12 of 16 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) This AGREEMENT may be terminated a.) for convenience only by the City on 30 days' written notice. b.) 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'S approval will be obtained in writing prior to proceeding with termination services. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 13 of 16 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.I. 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 15 of 16 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER Wier &Asso ' s, __( Isistant san Alanis City Manager C: Silvestri, P.E. Date: President Date: 11Y APECOMMENDED: By: oil iersig, P.E. Department of ation/Public Works 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. Mitch Aiton, P.E. CiFFat.f��.�ECO�� Senior Project Manager CI'T'Y SECRETARY APPROVED AS TO FORM AND LEGALITY FT WOUH,TX By: W�JL,— Douglas Black Assistant City Attorne ATTEST: ` = orm 1295 No. 2018-360382 M&C No.: C-18>(9-1 Maly J. Kays IJ City Secreta M&C Date: (o Z(, ?�)8 T City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 16 of 16 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 Is/raqrr l 'w' boycott Israel during the term of the contract. Signature ?X! e' er Title Date ATTACHMENT "A" Scope for Task Order Contract- Engineering Design Related Services for Golden Triangle Boulevard and Harmon Road Roundabout Intersection Design The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The objective of the project covered by this Task Order agreement is to develop the horizontal and vertical design of a roundabout intersection at the Golden Triangle Boulevard and Harmon Road intersection. Construction plans and documents will be developed under this task order to be utilized by the City of Fort Worth in bidding and construction. 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. Plan and Submittal Checklists TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct and document monthly project update meetings with CITY Project Manager • Conduct review meetings with the CITY at the end of each design phase • Conduct and document biweekly design team meetings City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 20 • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the respective CITY Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly MM/BE 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 • 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 • Meetings: Design team meetings biweekly for an estimated total of 20. City project update meetings monthly for an estimated total of 10. DELIVERABLES A. Meeting summaries 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 G. Plan Submittal Checklists (See Task 9) TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will utilize concepts and criteria contained in the current CITY iSWM Criteria Manual for Site Development and Construction for conceptual planning and design. ENGINEER will develop the conceptual design of the infrastructure as follows. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 2 of 20 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • 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. 2.2. Subsurface Utility Engineering • Provide Subsurface Utility Engineering (SUE) per Task 8. 2.3. The Conceptual Design Package shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • Traffic Control Plan: Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's Buzzsaw website. The typicals 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. Provide a written summary of the distinct phases to take place during construction operations to include road and/or lane closures, limited access to adjacent properties, and limited access to pedestrian and bicycle traffic. • Conceptual iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. • Proposed phasing of any water, sanitary sewer, and/or drainage work that is included in this project documented in both the project schedule and narrative form. • Existing typical sections of the roadway to be constructed along with proposed typical sections which outline the proposed improvements. Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs, sidewalks, and retaining walls. • Conceptual roundabout street approach plan and profile sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, city owned and franchise utilities, and existing roadway vertical alignments (profiles). • Conceptual roundabout layout and circulatory profile. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 3 of 20 • Drainage area map with supporting drainage computation in the CITY's standard tabular format. • Documentation of key design decisions. • Estimates of probable construction cost. ASSUMPTIONS • Plan review meetings: A maximum of two are anticipated. • Business / Property Owner meetings: A maximum of four meetings are anticipated. • All storm water calculations and design shall conform to the CITY current iSWM Criteria Manual for Site Development and Construction. • Four sets of 22x34 size plans will be delivered for the 30% design. • Four sets of 11x17 size plans will be delivered for the 30% design. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package B. Conceptual iSWM Checklist TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Traffic Control Plan updated to reflect any changes as a result of the conceptual design submittal while also including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 4 of 20 • SUE plan drawings. • Preliminary iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. • Updated existing and proposed typical section sheets. • Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of vertical curves, grades, K values, e, and vertical clearances where required. • No less than two bench marks plan/profile sheet. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Overall project easement layout sheet(s). • Intersection layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and existing and proposed contours (0.2' intervals) • Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, and pavement details. • ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1"=200'scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of-way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Other frequencies as required by iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the CITY's current iSWM Criteria Manual for Site Development and Construction. All locations in the project area where 100-year runoff exceeds available storm drain and right-of-way capacities shall be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. • Storm drain layout sheets showing location and size of all inlets, manholes,junction boxes, culverts and piping to include storm drain profiles showing existing and proposed flow lines, flows, lengths and slopes of pipe, top of ground profile over pipe and connections to existing or proposed storm sewer systems. • Preliminary signing, pavement marking, illumination and signal layouts. 3.2. Geotechnical Investigation/Pavement Design • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 5 of 20 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. • The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2005. The study shall include recommendations regarding utility trenching and identify existing groundwater elevation at each boring. 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Public Meeting • After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location, prepare and mail the invitation letters to the affected customers. The ENGINEER shall coordinate with the CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. 3.5. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. ASSUMPTIONS • Plan review meetings/ iterations: A maximum of two are anticipated. • It is anticipated that there will be three (3)geotechnical borings performed. • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • Four(4) sets of 22x34 size plans will be delivered for the 60% design. • Four(4) sets of 11 x1 7 size plans will be delivered for the 60% design. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 6 of 20 • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • All submitted documents and checklists will be uploaded to the designated project folder in Buzzsaw • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • Four(4) sets of full size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Preliminary iSWM Checklist C. Utility Clearance drawings D. Geotechnical Report E. Estimates of probable construction cost F. Public Meeting exhibits TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). • Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Final draft construction plans (90%) including iSWM Construction Plan and specifications shall be submitted to CITY per the approved Project Schedule. • Final iSWM Checklist in accordance with the current iSWM Criteria Manual for Site Development and Construction. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped,dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • Four(4)sets of 22x34 size drawings and four(4)copies of specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 7 of 20 • Four(4)sets of 22x34 size drawings and four(4)copies of specifications will be delivered for the 100% Design package. • A DWF file for the 100 % Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • Estimated Sheet List: 1. Cover Sheet 2. Index of Sheets/ Legend 3-6. General Notes 7. Summary of Quantities 8. Project Geometric Control Plan 9. Right-of-way/ Easement Strip Map 10-11. Removal Plan 12. Drainage Area Map - Existing Condition 13. Drainage Area Map - Post Project Condition 14. Hydraulic Calculations 15-17. Storm Drain Plans 18-19. Storm Drain Details 20. Overall Key Map 21. Alignment Control Data 22. Typical Sections - Existing 23. Typical Sections - Proposed 24-27. Paving Plans 28-31. Paving Profiles 32-35. Roundabout Grading Plans 36-39. Roundabout Jointing Plans 40-42. Paving Details 43. Sign Placement Plan 44. Pavement Marking Plan 45-47. Signs & Pavement Marking Details 48. Illumination Plan 49. Illumination -Conduit Summary 50-55. Illumination Details 56-60. Traffic Control Plans 61-73. TxDOT BC(1)-14 through BC(12)-14 Details 74-75. TxDOT Work Zone Details 76. iSWM Construction Plans 77. iSWM Details 78. Landscape Plan 79. Landscape Details DELIVERABLES A. 90% construction plans and specifications. B. Final iSWM Checklist 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. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 8 of 20 E. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and Awf files. The .pdf will consist of one file of the entire plan set. The Awf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the pre-bid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 9 of 20 • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings • Final Design Drawings shall be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file and DWF format. There shall be one (1) PDF file and one (1) DWF file (created from CAD application of drawing) for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956—org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053—org3.pdf and K-0320—org5.pdf II. Water and Sewer file name example — "X-35667—org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755—org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. • In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956—SHT01.dwg", "W- 1956—SHT02.dwg", etc. II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155—SHT01.dwg", "X-12755—SHT02.dwg", etc. 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. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 10 of 20 ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • One set of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • Fifteen (15) sets of construction documents will be printed and made available for purchase by planholders and/or given to plan viewing rooms. • Eight(8)sets of 22x34 size plans and specifications (conformed, if applicable)will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed, if applicable) E. CFW Data Spreadsheet TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions.The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 11 0; 20 • 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: o As-Built Survey o Red-Line Markups from the Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders 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. • Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file and DWF format. There shall be one(1)PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: 1. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320 org5.pdf City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 12 of 20 II. Water and Sewer file name example — "X-35667 org36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755—org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. 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 • Three (3)site visits are assumed. • Four(4) submittal reviews are assumed. • Five (5) RFI's are assumed. • Three (3) Change Orders are assumed. • One copy of full size (22"x34") mylars will be delivered to the CITY DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 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. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 13 of 20 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 documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare, mail and obtain Temporary Right of Entries from landowners. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • Two(2)right-of-way parcels and four(4)easement documents are assumed to be necessary for the project. • Four (4) copies of each right-of-way and easement document will be provided to the city. • Right-of-Way research includes review of property/right-of-way records based on current internet based Tarrant Appraisal District(TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right- of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary Right of Entry Letters 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. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 14 of 20 • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes,Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare, mail and obtain Temporary Right of Entry from landowners. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 8.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level B (Level A at select locations) as described below. The SUE shall be performed in accordance with CI/ASCE 38-02. Quality Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.),to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records;duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 15 of 20 Quality Level C (includes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include(in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B (includes tasks as described for Quality Level C) • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 16 of 20 • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. 8.4. Construction Survey • Be available to the CITY on matters concerning the layout of the project during its construction • ENGINEER will set control points (i.e. tie survey to permanent monument such as TPW monuments and/or property corners, one location each at beginning and end of project) for the project, these points must be indivisible. Streets over 500 ft in length or streets on curves may require a greater density of control points to maintain intervisibility between each point. ENGINEER shall establish a minimum of two bench marks per plan sheet (bench marks shall be located adjacent to project)and shall provide the following construction staking services: — STORM DRAIN STAKING: Provide an offset stake at 100' intervals (50' intervals in curves if required) and at all proposed manholes, points of curve, points of tangent, points of pipe size changes and at all horizontal or vertical angle points with a cut to flow line and a cut/fill to the top of proposed manholes. Provide centerline elevation at 100' intervals and at all grade breaks in the natural ground. Lead lines shall also be staked with grades if greater than 50' in length, or where substantial alignment and/or grade are needed. Provide two offset stakes at end or each wing of each curb inlet with a cut to flow line and a cut/fill to the top of curb elevation. Line and grade shall be set to a tolerance of+/- 0.1 ft. for storm drain pipe and +/- 0.04 ft. for curb inlets. — ROADWAY EXCAVATION STAKING: Provide 10' or property line offset at 50' intervals and at all points of curve, points of tangent, and at all horizontal or vertical angle points with a cut/fill to the top of proposed curb. The right-of-way shall also be flagged during this process along with line and grade stakes for excavation purposes. Stake all vertical and horizontal curves at 50' intervals. Line and grade shall be set to a tolerance of+/-0.1 ft. FINAL ROADWAY STAKING: Provide 4'or 5' offset stakes at 50' intervals and at all points of curve, points of tangent, and at all horizontal or vertical angle points with a cut/fill to the top of proposed curb. Staking for curb grade and intersecting streets, if required, shall be performed under final pavement staking. Inlets shall be staked if needed. Set tacks in offset hubs for street alignment. Stake all vertical and horizontal curves at 50' intervals and provide intermediate stakes between curve points, if the radius is less than 300'. Line and grade shall be set to a tolerance of+/- 0.01 ft. SANITARY SEWER STAKING: Provide an offset stake at 50' intervals (25' intervals in curves if required) and at proposed manholes, points of curve, points of tangent, and at all horizontal of vertical angle points, with a cut to flow line and a cut/fill to top of proposed manholes. Provide centerline elevation at 50' intervals. Provide location of proposed services for construction purposes and for as-built purposes. In case the proposed SS line will be constructed in a location other than the existing line, services City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 17 of 20 will be located by two options: the TV option which provides a log report of service locations or by locating the existing service at the time of construction. Stake easements and property lines where applicable. Line and grade shall be set to a tolerance of+/- 0.01 ft. - WATER STAKING: Provide an offset stake at 50' intervals (25' intervals in curves if required) and at valves, tees, and at all horizontal or vertical angle points with a cut to top of pipe or flow line of pipe (depending on the proposed size). Provide centerline elevation at 50' intervals. Provide a location of proposed services for construction purposes and for as-built purposes. Provide offset location and grade stakes for proposed fire hydrants and water meters with a cut/fill to the proposed top of curb. Stake easements and property lines where applicable. Provide property ties to all valves, hydrants, tees, horizontal or vertical bends and other appurtenances. Line and grade shall be set to a tolerance of+/- 0.01ft. - "AS STAKED" RECORD OF THE CONSTRUCTION: Throughout the process of all construction, locate and record anything that does not conform with the construction plans. A drawing of the project layout with dimensions and a coordinate list must be submitted. A copy of sample field notes that must be provided is attached. The field notes must include the following information: a. For storm drain lines and storm drain laterals; Pipe size and type, percent of grade of main line laterals, bends,junction boxes, manholes, and location of inlets. Cut and fill documentation. b. For roadways; Field notes signed and sealed by a licensed surveyor must be submitted to the CITY Inspector prior to the beginning of construction. c. For sanitary sewer mains, laterals and sewer services; Pipe size and type, percent of grade of sewer laterals, manhole locations, ties to property line including north/south and east/west lines, P.C.'s, P.T.'s or P.R.C.'s, top of ground elevation and flowline elevation of each station number referenced. Cut and fill documentation. Property ties to all locations. Cl. For water lines; Pipe size and type, its location in the street along with ties to property lines and a water intersection sketch. Cut and fill documentation. Property ties to all service locations. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 18 of 20 • COORDINATION WITH CITY INSPECTORICONTRACTOR: ENGINEER's surveyor is expected to work with the CITY inspector and contractor to provide any special requests contractor may have providing the scope of work described above is not exceeded. It is expected that a few stakes will be knocked out during dirt work. Providing that the number of disturbed stakes is minor(less than 10% of the stakes for any phase of the project), the ENGINEER's surveyor shall replace these stakes at no extra cost. If additional major restaking is required, the ENGINEER's surveyor, shall provide the additional work at an hourly rate of $171.00 per hour for a field crew. Major restaking may be required if a substantial number of the initial stakes are knocked down as a result of the contractor's activity and there are not enough stakes left to complete the project. The contractor shall be responsible for paying the ENGINEER for this additional work. • INCIDENTAL PRE-CONSTRUCTION STAKING: Right-of-way flagging, back of curb location, driveways, walks and retaining walls as requested by the CITY Inspector, curb radii (to determine construction location)for utility clearance. • SPECIAL CONDITIONS: a. The CITY Inspector assigned to the project shall oversee all construction staking activity and shall be responsible for all field coordination. All documentation including field notes, cut and/or fill notes, grades, "as staked" information etc., shall be provided to the CITY inspector and shall be sealed and signed by a surveyor licensed in the State of Texas. b. The ENGINEER's Surveyor shall attend the pre-construction conference. c. The ENGINEER's Surveyor shall meet with CITY Inspector and Contractor to coordinate surveying schedule and needs prior to beginning work. d. The ENGINEER's Surveyor shall stake each utility separately and at different times with, if applicable, sanitary sewer first, water second, storm drain third and roadway construction fourth and shall provide enough construction staking information so that the projects can be constructed as designed. e. A member of ENGINEER's firm familiar with project shall be available at all times to immediately respond to questions from the field. ASSUMPTIONS 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. SUE plan drawings sealed by a professional engineer registered in the State of Texas. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 19 of 20 TASK 9. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Traffic Storm Storm Lights /Sewer Traffic Control Control Control o o ° Attachment"A° Signal Water Water (Submit (Submit Engineering 30% 60/° 90/° Type (Submit All 30% (Submit All @ 30%) ° 60% 310°% 60%) @ 60%) Required for all work in City ROW Street X X X X• X X X X Storm Water X X X X X Water/Sewer X X X X *If included in street project ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 20 of 20 ATTACHMENT B COMPENSATION Design Services for Golden Triangle and Harmon Road Roundabout City Project No. 101013 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2018 Rate 2019 Rate ($/hour) ($/hour) Principal PE or RPLS $243.00 $250.00 Sr. Project Manager PE or RPLS $206.00 $212.00 Project Manager/Team Leader $191.00 $197.00 Sr. Re istered Professional PE or RPLS $173.00 $178.00 Registered PE or RPLS $155.00 $160.00 Graduate Engineer/Surveyor-in-Training (EIT/SIT) $134.00 $138.00 Sr. CADD Technician $125.00 $129.00 CADD Technician $109.00 $112.00 Jr. CADD Technician $93.00 $96.00 Admin/Support $75.00 $77.00 Party Chief $121.00 $125.00 One-man Field Survey Crew $121.00 $125.00 One-man Robotic Survey Crew $151.00 $156.00 Two-man Field Survey Crew $171.00 $176.00 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent(10%). City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Wier&Associates, Inc. Survey/ Project Management/ $170,700 75.9 Paving / Drainage Design Proposed MBE/SBE Sub-Consultants The Rios Group Subsurface Utility Engineering $26,000.00 11.6 CMJ Engineering Geotechnical Investigation $7,500.00 3.3 Belle Firma, Inc. Landscape $4,500.00 2.0 Lee Engineering Street Light Design $16,300.00 7.2 Non-MBE/SBE Consultants TOTAL $225,000.00 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE 101013 Golden Triangle Blvd. $225,000.00 $54,300.00 24.1% City MBE/SBE Goal = 24% Consultant Committed Goal = 24 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 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 desired work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 4 of 4 B-4 Consulting Contract Schedule Specifications FO RT WO RT H City of Fort Worth Capital Improvement Program Attachment D—Project Schedule This PROTECT requires a Tier << >> schedule as defined herein and in the City's Schedule Guidance Document. D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: — Primavera (Version 6.1 or later or approved by CITY) — Primavera Contractor (Version 6.1 or later or approved by CITY) — Microsoft Project(Version 2003/2007 or later or approved by CITY)(PHASING OUT) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any,and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks,subtasks,and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities,key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points,including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following,if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 1 of 2 • Other schedule-related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CI TY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 2 of 2 ID 0 Task Na. - Duration Physical% Start Finish rte 4h Quarter 1st Querta 2nd Quarter 3rd Quarter 4m Quarter 1st Ouerter 2nd Warner 3rd Quener 441Quarter let Complete ,Jun..Jul AW Sep.Oct Nov Dec J.FeblMa Apr May Jun Jul Aug Sep Oct Nw_Oec,Jet Feb Mar Apr1May,Jun Jul AugS.P Oct 1 Project Agreement 8 days O% Tw 626116 Mon 719/16 q 2 ProgrannlProject Contract Agreement a drys 01/6 Tue 626118 Mon 718/16 1)A 3 Connect Approval by Canal O days 0% 7.828/18 Tue 626118 ;u>R 4_M Contract Prooesang&Execution 8 days 0% Wed 827118 Man 79118 A0 5 Design 271 days 0% 9'1 Mon 7/ 8 Thu 811/19 Design 234 day. 0% Mon 719/18 Mone/10119 7 Overall Design 234 drys 0% Mon 79118 Mon 6/10119 6Y��-ar 30-A Conceptual Design 70 day. a% Mon 71911Bl� 8 Mon 10116118 � 9 MO Issue Design Notice To Proceed O day" 0% Mm 719118 M-719118 M 10 M Prepare 30%Conceptual Plans 45 days D% M.7123118 M.9124118 11 EM 30%Conceptual Plan Submittal 0 days D% Mm 924118 Mon 924178 9/24 12 Review 30%ConoWud Plen(CFW) 14 days 0% T.9'25118 Fn 10112/18 13 Hold Project Meeting 1 day 0"A Man 10115118 Mon 10115118 14 BMG PrN9ninary Design 76 tlaya O% Tue 10116118 Mon 214119 15 Prepare W/6 Preimnay Plans and SI-Jfcatians 60 days 0% T.10/16/18 Fri 1/11119 16 60%Preliminary Plan and SpecR,ca ion SubmOal 0 days 0% Fd 1/11(19 Fd 1/11/19 1/11 17 LM Review 60%Preim wy Plans and Specifications(CFW) 14 days 0% Man 1114/19 Fd 2/1/19 18 Sub ft Plans and SPecs to 11010166 5 days 0% Mon 1/14/19 Fn 1/18/19 19 Hold Project Meeting 1 day 0% Mm 2/4/19 M.214119 20 90%Final Design 89 tlaya 0`/. Tue 215119 MonW10118i 21 Lo Prparo 90%Final Plats and Spoi fta ions 45 days 0% T.05119 Mon 4/8119 22 LEI 90%Final Plan and SpenBcation Submittal Ddays 0% Mm 4/8/19 Mm4/8119 411 23 W Review 90%Final Plans and Specifica0ons(CFW) 15 days W. T.4/9/19 M-42&19, -24 LM Incorporate Final Conmaras and Submit Final Plans and Specificatiau 15 tlaya T/. Wed 5/1/19 T.5/21119 25 LM Approve Final Plans and Specifice0ons and RMe for Signatures 10day. 0°A Wed522/19 Wed6/5119 26 LM Hold Project Meeting 1 day 0°/, T.4130119 T.4/30119 I -27 Design Complete 0days 0% Mm6/10119 Mon6/10119 WO 28 ROVelLand 214 days 0% Tue 926118 Tw 7/30119 29 Rightaf-Wayn.and Costs 2D days 0% Mon 10M6118 Ft lVill 301901 Costs 20 days 016 Mm 10115118 Fn 1119118 31 NegotlationslEammeMa/Legal Fees 414 days Orb Tue 926/16 Tue 7130119 ffi W Prepare Right Of Way(ROW)Documents .10 days 0% Wed 9/26/18 T109/18 33 PM Meeting Mm ROW Iday 0% T.925/18 T.9'25/18 34 ❑O Assign land AgenuAppra"sals 40 days 0% Mon 11/12/16 Thu 1110/19 35 LJOr-� Review Apprasa16 and Proper.First O0ar 10 days 0°A Fri 1/11119 Fd 125/19 36 LJ Resent Fest Offer and Ne9o0etioNAcceplarne Period 20 drys 0°A Mon I IM19 Fri 222/19 37 = Prepare Second Offer(It Need" 10 tlaya 0% Mon 2/25119 Fd 318/19 38 QP Present Second Offer and Ne"ieOonlAcceptalce Penrod(If Needed) 20 days 0% M.3111119 Fn 415/19 39 Prepare&Deliver m Conderatim Packet(It N.edo14 edl 10 days 0% M18119 Fri 4119119 40 Condemnation Period(y Nesdad) 70 days 0% Mon 4122119 T.7130119 41 Survey 403 days 0% Mon 719116 Tue 2""" re 42 Plminary Sumy 40 tlaya 0% Mon 719116 FN 6131116 43 SoInitial Field Survey(SUE) 40 days D% Men7/WIB Fd 851/16 44 Topogeplvc(Field)Survey 10 days 0% Mm 79'16 Fri 720118 45 Construction Staldng 30 day. 0X Mon 12130119 Tue 2111120 wassail, 46 Stddng 30 days 0% Mon 12/30/19 7.2/11/20 0-7 47 PUMIc Involvement 227 drys 0% Mon 7/4119 To 12174119 46 Public Meetings 227 days 0% Mon 2/419 Tue 12/74119 49 Hold Pubic Meeting-P-Construction 1 day 0% T.1224119 T.7224119 I, 50 Hold Public Meeting-Design 1 day 0% Mon 2/4119 Mon 2/4119. a T Utilities 100 dry. 0% Tue 122/19 Tue6111H9 52 Private IA06y Rel.callon Costs 100 dqa 0% Tue 12919 Tue 6111/19. Task Edemal Teske Inactive Suri iary Stan-only Deadline Prgect:101013Golden Trian*Bhd Sol# 6damal Mlastane <* Manual Task Fniih-only �1 &Harmon Road Ro ndabout Miectpna ♦ Inactiveas Tk Drra'no anly •• •••• EI¢ema Tasks Date:Fd 627/18 ••• ., 5-..y !^1 Inactive Mile.tane Manual Sunmary Rolup♦ Externa Milestone Project Suanery Inactive Milestone Manuel Sunmay ♦ Progress Page 1 ID Task Name Dustman Physical% Start _Finishrt�41h Quarter Teti Quarter 2nd Ouster 3rd Quarter 441 puerto 1st Ouster 2nd Quarter 1 3m Duma 4th Ouetta 1st _ _(I-&- Jun t.Jul ALgJ$epJOct,Nwit�!. Feb May MaX1J!+t..Jul AW.Sao Oct N-Dec;_Jan l�aCA_ pr!Mel'Jun� rdi.A JigLWQct 53 00 Utility Rdoodion 45 days 0% Tue 49119 Tue 6111/1 54 LX1 Review Mans and Specs-Utilities 21 days 0'A Tue 122/19 Tue2/19119 55 talky CoordlnstionlChumance 79 days 0% Wed V20119 Tue6111119 SII, 56 pp Coordination 30 days 0% Wed2r4/19 Tue42/79 - 57 Lo Utilities Complete 0 days 0°A T.6111119 Tue 6111119 58 Construction 286 days 0% Tue 8/11119 M-7/27120; 59 Project Management 286 days 091. Wed 9112119 Mon 7/27120 60 00 Construction Project Management 285 days 0% Wed 6112/19 Mon 727201 61 Construction Advertisement 109 days 0% Tue BM 1119 Wed 11117719 02 Advertisement Period 27 days 0% T-0111119 Fr1711Y191 63 Start Advertisement 0days 0% Tue 6111/19 Tue6111119, SRI 64 Adwin semed Penod 19 tlays 09/8 Wed 6/12119 Tue 7/9119' 65 Lao Hold Pre-Bid Meeting 1 day 0^A Mo 6117/19 Mon 8M7/191 66 Issue Addenda(As needed) 16days 01/. T.611&19 Wed7/101191 -67 Bid Opeing /day 0% Thu 7/11/19 Thu7/11M9i 68 ©Q Review Bids-81d Tabulations ad Select Contractor 6 days 0% Fn 7/12/19 Fn 7119119; 69 MWBE Documentation 15 days O9A Fd7112/19 Thu81419: �r 70 ©® Submit MWBE Compliance Documents 5 days 0% Fri 7112/19 Thu 7/18/19 71 [ Review and Approve MWBE Complance Documents 10 days 0% Fri 7119119 Thu 8/1119' 72 M and C Process 53 days PA Thu 811/19 Wad 10116118'. �1 73 0� M&C Process 53 days 0% Fn 8/2/19 Wed 10116119 74 Start M&C process-Construct- 0days 0% Thu 811/19 Thu 811/19 W ` Contract Execution 20 days O% Thu 10417/19 Wed 11113119 76 Lo Execution Cordrecl Document,(CoNractor) 10 days 0% Thu 10117119 Wed 10/30/19• 0 CIO E—A.Contract Dccumerb(CFW) 10 days M. Th.10/37/19 Wed 11/13/19 Y ., Pre-Conatructl-Acttvidea 29 tlays O% Thull/1919 Fr112127/19l 79 0 Distribute Executed Contract Documents to Construction 5 days 01A Thu 11114119 Wed 11120/191 80 Construction to Schedule Pre-Con Meeting 14 days 0% Thu 1121119 Thu 12/12/19 81 Hold Pre-Const—bon Meeting with Contractor 1 day 0% Tue 12/17/19 Tue 12/17119, 82 Submittals and Approvals 10 days D"A Fn 12/13119 Fn 12/27/191 83 Construction Contract 85 days 0% Fri 12/27119 Tua 41281201 84 Cons,tructicn Phase Start 0 days 0% Fri 1227119 Fri 12/27/19 12127 % Construction 85 days () Mo 12/30/19 Tue 412620 86T� MatedaaSh1301 c Testing 86 days 0% Mon 1219 Tue V2812DI �1 87 1i J Materiaiand Sol Testing 85 days 0% Mon 12/30119 Tue41281201 88 Inspection 147 days 0% Mon 12130119 Tue 71281201 89 Irepechos 85 days D% Man 12/30/19 Tue 42820 I 90 Final Inspection 15 days D% Thu 712120 Thu 72320 I 91 Construction Phase Complete O days 0% Tue 72&W Tue 728120 7128 92 Landscaping 15 days O9A Thu&11120 Wed 7/1120 93_® Landscaping 15days 0% Thu 6/1120 Wed 7/1120 94 closeout 30 days O% Tut 7128120 Tue 918120 95 Closeout Reportantl Review 30 tlays 0% Tue 7128120 Tua 918120 98 Ck—I Review 30 days (r/. Tue 72&20 Tue 9/820 87 Project Complete 0 days 0% T.91820 Tue 918120 98 i Acceptance 0 days o% Tue 10120/20 Tue 10128120 99 Project Acceptance 0 days 09A Tue 10120/20 Tue 10120120 100]W Project Acceptance 0 days 0% Tue 102020 Tue 102020 Task 6demal Tasks ...:Mill In-t-Surmay .......... Startorly Deadine b Project:101013Gdden Triangle Blvd spit rr.r r,rrrv..r:r.. External Milestone ♦ Manua Task Fimshonly &Hamm Road Roundabad Mlestcne ♦ Inactive Tack Duration-ar9y Dale:Fn 6/22118 r.................. External Tasks Summary t�1 Inactive Milestone Manual Summery Rolup♦ Ectental Milestone Project Summary Vim-" ^ Inactive Mikstone Manual Summary • Progress Page 2 ATTACHMENT "E" 100 BLUE MOUNDe. /kyACNTH HIGHSCHOd ` BR1F AP$ ,15NHFER � � m Q a : $ m �P sh SLG 5 3 GLEN VISTA < H �'k/ .� m 77 O iO KE HCKB RAO vA j KENNY 4P. "y is POHNSON +( O UL9 PAR STYSR I2 KELLER HICKS ? KELLER CKS HIGH eypT �G,p < LONNE STAR r BAVNE MONICA ` MARSHA 7= PEARL KEL R DEN /:11 KNOLL VISTA o_ SOCCER L < -FULL HL W AN LE GOL N TRIANGLE VINE M C GOLDEN HEIGHTSLNEDRi[.0 $ �a O pL ge > a a C JO 4 PRESTIGE w BEARo,FUj m & 4 O�S pO� 88CC gW YLIN STAGECOACH �G Z BON DS RANCH GV' V1NTA0� % YNFIRE v, a IFFIeR2 IALOERSYOE 7 O > ROLAND m a� E GAM'S � � � � L�< FIR LEERAY osS iF � G � S ; � 4 OJT\ FIDDLENECK C �p j7 ORE%MORE KEITH EOctcupSL ORIVALtEY TD IP 7 a BAO MMORTAL 9 K ROY x SZ' r PT,i ;10 !G 0: - CR,_._I� WALL PRICE KELLER Z 1 3. HERITAGE TRACE COi� 7t T8 K m HORSE$ 81ri RAGE KROGER RAPT . � PFAIFJEVS JUTIN GE EN 1.mp`,,O 1N OPTICALrLF CALAIS tr� w OUrtk Z GLADNEY .a�11A CON ER, .0101,11, � t Y� HARPER O P*ErO10 VISTA FRO LD 12 HIVER ~ € w O y m OWE HILL as SHIVER CLIBURN ^,! -I FRANK 9 O K 1] q ¢¢¢ 819 W � rA i � QROOE LAKE � VASEY 3 `L 090, oprOND TRACE SENATO R O4,, HAVEN ALBANY EEN R 4a4T MIST \N C x "!.1 C TA NT HARMON 'yi0y 11106E.11AAOp, O wpGEGATE 1 RA i--. 'OSNOR( j BUR EMMA THOMPSON 'L1Jp( HLLVIEW .wells � f HIGH LAWN G L Y w m X MO PECOS EMLOCK EOUOIA b ,. NTAL PLAME . < AOP4k, p VICTOR O LO&oLi409 AY MOUNT 1' C ppj3ALIfOA }� CORR7 ROUGH RIDER POTRILLO ' f P ' 4 �• 0R44'1'ffi : a GOLDENMIANGLE BLVD AICLEROY 5 - FMR WES BELL m •i!1.— a ! w ) '�_. �,4 FAGAN 0z GLL SON t a f 0 CONTNEMPL 7CK .�. O LU LU TRIADCANTRELLSANSOM DUSTRIAL UV40N Z _ �- 9 5D 70 F be ° Ft t IM N. q MOR rMExASTa1:00P:820aF.WN'� 1'LORTM,00 EAS,T LOOP 820 . 0 6.H 320. L 1 AKES ��F%AA4-►►E _NORTH ST4�� THEAST 7 TAo _�D�,M ,PUO Go NTRVPARKro°� Golden Triangle Boulevard and Harmon Road ODWVd X18Ctyd FWW,M.UAM wand mpWi Na v4d46o1oiap0k*Ia1aw.W, e praWdNfat lddimtlbglpomogaantl may gtOaw Ognpragnd borOa aWxObbtbgl, 0 3,000 8,000 �pinNrhp a wnvyln8 purpoaq.M dqa ql rapiaaanln eRew9mintlwrvay and wpwanY Tha C4 o01 Foa NOM aawmwlmle nol P�opaRY OaindaMa. I 1 I H rgpgab0y b the acwary d a dmt. RM:WSIM'SELb.,Yp\TPVVM_C\MCGalhnTd.rosAtHa Rd.and:Pdnhd:TuWry,Febmg242018;PDFExpe &TmaW May20.2018 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for Golden Triangle Boulevard City Project No.101013 Labor hoursEx nae Task Description Sr.Project PM IT... Sr.CADD CADD Jr.CARD 2-Man Total Labor Total Expense Teak No. PrincipalS' Leader PE EIT I SIT Tech Tech Tach Crow Admin. Con 8 Subconsuant Travel Reproduction Cost Task Sub Total Rate $243 $206 $191 $134 $126 $109 $93 $171 $76 MWBE Nan•MWBE 1.0 Project Management 2 71 14 6 6 0 0 0 10 $20090 $0 $0 $0 $50 $60 $20140 1.1 Managing the Team 50 1.1.1 Internal Team Meetings 2 6 6 6 6 $4,422 $0 $4,422 1.1.2 QA/QC 16 B $4,824 $0 $4,824 1.2 Communications and Reporting 1.2.1 Pre-Design Coordination Meetin 4 $824 $0 $824 1.2.2 Bi-morChly Prole t Update Meetings 1 12 $2472 $0 $2,472 1.2.3 Design Submittal Review Meetings 10 $2060 $0 $2,060 1 z Prepare Baseline Schedule 3 $616 $0 $618 Prepare Monthly Progress Reports with 1.2.5 Schedule 12 $2,472 $0 $2472 1.2.6 Prepare Monthly MBEISBE Reports fi $450 $0 $450 1.2.7 Invoicing 8 4 $1,948 $0 $1,948 2.0 Conceptual Design(311-Percent) 0 62 40 5 44 0 32 0 0 $29960 $27000 $0 $0 $3 $27,300 $67,260 2.1 Data Collection 4 6 $1,514 $300 $300 E1 814 Drainage Computations and Drainage Area 2.2 llylap 16 $3,056 $0 $3,056 F3.0 Subsurface UtilityEngineering 2 8 $1,412 $26,000 $26,000 $27,412 Desi nDmwin s 54 20 30 32 $21670 $1,000 $1000 $22670 Pr sect Decision La 4 $824 $0 $824 Construction Estimate 2 8 $1,484 $0 $1,484 Prellmina Desi n 60 Percent 0 98 48 12 76 0 60 0 0 $4S114 $20,600 $0 $0 $500 $21 000 $66,114 Prelimina Desi n Drawn s 72 40 12 60 50 $36,230 $13,000 $500 $13,500 $49,730 Geotechnical Investigation/Pavement Desi n $1 $7,500 $7500 $7,501 Constructabili Review 8 $1,648 S0 $1648 .4 Public Msehrg 2 $412 so $412 3.5 Utility Clearance i 8 57,528 $0 $1,528 3.6 Traffic Control Plan 8 1 $3,648 $0 $3648 3.7 jProject Decision Log 4 $824 $0 $824 3.6 Construction Estimate 4 $8241 $0 $824 City or FM Worth,Texea Attechment B-Level of Effort S.Plemern PMO Oficial Release Date:8.09.2012 1 of3 Level of Effort Spreadsheet TASKJHOUR BREAKDOWN Design Services for Golden Triangle Boulevard City Project No.101013 Labor hours E .nee Task Description Sr.ProJeN PM y Team Sr.CADD CADD Jr.CADD 24Ban Total Labor Total Exp.nae Task No. Principal Manager Leader PE EITySR Tech Taeh Teeh Craw Admin. Cost Subconsuhant Travel Reprotluchon Cost Talk Sub Total Rate $243 $206 $191 $134 $126 $109 $93 $171 $75 MWBE Non-MWBE 4.0 Final Design 0 44 30 4 66 0 40 0 0 $26,060 $3800 $0 $0 $500 $4300 $30360 Final Drag(90%)Construction Plans and 4.1 Specifications 32 30 4 40 40 $21,578 $3,000 5500 $3,500 $25,078 4.2 Final 100%Plans and S cdiicau- 8 16 $3646 $800 $800 $4,448 4.3 Pro ecl Decision Lo 5(90%and 100% 2 $412 $0 $412 4 4 Constnution Estimatas(90%and 100%) 2 5412 EO $412 S,0 Bid Phase 0 22 0 0 0 0 0 0 28 $6,63 s0 $0 $d $300 $300 $6,912 5.1 Bid Su ori $300 Sell Contract Documents and Maintain 5.1.1 Plan Holders List 2 12 $1,312 $0 $1,312 5.1.2 issue Addenda 6 4 $1,536 $0 $1,536 5.1.3 Attend Pre-bid Conference 4 $824 $0 $824 5.1.4 Attend Bid Opening 2 $412 $0 $412 $ .1.5 Tabulate Bids and Recommend Award 4 8 $1,424 $0 $1,424 5.1.6 Issue Conformed Contract Documents 4 4 $1,124 $0 $1,124 6.0 Construction Phase Services 0 46 0 0 16 0 0 0 0 $11,476 $3,000 $D $0 $160 $3,160 $14,626 6.1 Construction Su art 6.1.1 Attend Preconstmctien Conference 3 $618 $0 $618 6.1.2 Attend Public Maetin 4 $824 $D $824 6.1.3 Prdect Site Visits 16 $3,296 $D $3,296 6.1.4 Submillst Review 3 $618 $0 $618 Request for lnformation(Change Order 6.1.5 Review 8 $1,648 $0 $1,548 151 Final Walk Throughand Punch List a $1,648 $0 $1648 6.2 Record Dravnn s d t6 $2624 $3,000 $150 $3,150 $5.974 City of Fort Worth.Texas Attachment B-Leval of Effort Supplement PMO Oficial Release Date:8.09.2012 2 of Level of Effort Spreadsheet TASKMOUR BREAKDOWN Design Services for Golden Triangle Boulevard City Project No.101013 Labor hour E .nae Task Description 5r.Project PM I Team Sr.CADD CADD Jr.CADD 2-Man Total Labor Total Expense Task No. Principal Manager Leader PE Err I SIT Tech Tech Tach Crew Admin. Coot Subconsuttam Travel Reproduction Cont Talk Sub Total Rate $243 $206 $191 $734 E126 $109 $93 $171 275 MWBE Non-MWBE 7.0 ROW/Easement Services 0 0 8 0 40 0 0 12 0 $8,580 $0 $0 $0 $0 SO $8,580 7.1 Right-of-Way Research 2 4 $882 $0 $682 Right-of-WaylEasement Preparation and 7.2 Submittal 4 30 $4,514 $0 $4,514 7.3 Pin Ri htvf-vra y m the Field 2 4 12 $2,934 7.4 Temporary Right of Entry Submittal 2 $250 $0 $250 8.0 Survey 2 0 10 0 34 0 0 82 0 $20668 $0 $0 $0 $0 $0 $20,888 8.1 Desi n Survey 2 16 32 $7,854 $0 $7,654 8.2 Temporary Ri ht of Entry Submittal 2 $250 $0 $0 $250 8.3 Construction Survey 2 8 16 50 $12,564 $0 $12,564 9.0 Permitting 0 47 0 3---76 0 0 0 0 $1,976 $0 $0 to $0 $0 $1,976 9.1 SWPPP $0 $0 $0 9.2 Environmental Services $0 $0 $0 9.3 Floodplain Services $0 $5 $0. 9.4 TzDOT $0 $0 $0. 9.5 Railroad $0 $0 $0 9.6 TDLR 4 3 6 $1,97fi $0 E1,976 9.7 ity o ort Orth ark. cnversion $0 $0 EO Totals 4 347 150 33 278 0 122 94 36 $170,548 $54,300 $0 SO $1,800 $56,100 $226,646 Pro ect Summa Total Hours 1,066 Total Labor $170,546 Total Expense $56,100 MBUSBE Subconsullant $54,300 Non-MBE/SBE Subconsu0ant $0 5% Sub Markup $2,715 MBEJSBE Partly ation 2347%. Total Project Cost $229,361 City of Fort Worth,Texas Attachment B-Level of Erfurt Supplement PMO Official Release Dale.8.09.2012 3 of CERTIFICATE OF INTERESTED PARTIES FORM 1295 l of l Complete Nos.1-4 and 6 if there are Interested parties, OFFICE USE ONLY Complete Nos.1,2,3,5,and 61f 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. 2018-360382 Wier&Associates,Inc. Arlington,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party tot the contract for which the form s05/29/2018 being filed. City of Fort Worth Dat Ac owlsd d: _ 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. 101013 Golden Triangle and Harmon Roundabout 4 Nature of Interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling intermediary Lane,III,Ulys Arlington,TX United States X Madsen,Gregg Arlington,TX United States X Wier,John Arlington,TX United States X Silvestri,Carlo Arlington,TX United States X 6 Check only if there is NO Interested Party, ❑ 6 UNSWORN DECLARATION My name Is n aZ: . and my date of birth Is .. Myaddressis 22121 G+jMdot &41=�d � V7G*�''�'' , X ®��?,Q,�, VIA ob") � (CRY) (state) 00 cods) (country) I declare under penalty of perjury that the foregoing Is true and correct. Executed In L,�9h' ? County,State of on the day of AAK 20 . (mwth) (Year) Signatur authorized ag nt of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 M&C Review Page 1 of 4 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA F'Olzr��I DATE: 6/26/2018 REFERENCE C-28764 LOG NAME: 202018 BOND PROGRAM NO.: PROPOSITION A CODE: C TYPE: NOW PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Execution of New or Amendments to Existing Engineering Services Agreements for Design and Construction Management Services for 22 Major Thoroughfare, Arterial and Intersection Projects Identified in the 2018 Bond Program (COUNCIL DISTRICTS 2, 3, 4, 6, 7, 8, and 9) RECOMMENDATION: It is recommended that the City Council authorize execution of the following engineering contracts or amendments to current engineering contracts for design and construction management services for major thoroughfare, arterial and intersection improvement projects identified in the 2018 Bond Program as indicated below: Contract Amendments: 1. Amendment No.1, in an amount not to exceed $425,000.00 to City Secretary Contract(CSC)49226, an Engineering Agreement with Kimley-Horn and Associates, Inc., for design of transportation improvements along Bonds Ranch Road from Hawks Landing Road to Blue Mound Road/FM 156 (101009),for a revised contract amount not to exceed $1,295,000.00; 2. Amendment No. 1, in an amount not to exceed $90,000.00 to City Secretary Contract(CSC)49227, an Engineering Agreement with Halff Associates, Inc., for design of transportation improvements along Westport Parkway, from Alta Vista Parkway to Beach Street (101019), for a revised contract amount not to exceed $565,000.00; 3. Amendment No. 1, in an amount not to exceed $843,000.00 to City Secretary Contract(CSC)49555, an Engineering Agreement with HDR Engineering, Inc., for design of transportation improvements along Avondale Haslet Road, from Willow Creek Drive to Haslet County Line Road/FM 156 (101014), for a revised contract amount not to exceed $1,243,000.00; 4.Amendment No. 1, in an amount not to exceed $595,000.00 to City Secretary Contract(CSC)49024, an Engineering Agreement with Kimley-Horn and Associates, Inc., for design of transportation improvements along Harmon Road, from Golden Triangle Boulevard to US HWY 287 (100459), for a revised contract amount not to exceed $2,395,000.00; 5. Amendment No. 1, in an amount not to exceed $750,000.00 to City Secretary Contract(CSC)49229, an Engineering Agreement with Pacheco Koch Consulting Engineers, Inc., for design of transportation improvements at the intersection of Kroger Drive at State Highway 377 and Basswood Boulevard at State Highway 377 (101015), for a revised contract amount not to exceed $1,150,000.00; 6.Amendment No. 1, in an amount not to exceed $1,500,000.00 to City Secretary Contract(CSC) 49556, an Engineering Agreement with Burns & McDonnell Engineering Company, Inc., for design of transportation improvements along Cromwell Marine Creek from Boat Club Road to Old Decatur Road (101012), for a revised contract amount not to exceed $1,900,000.00; 7. Amendment No. 1, in an amount not to exceed $230,000.00 to City Secretary Contract(CSC)49225, an Engineering Agreement with Carrillo Engineering, LLC, for design of intersection improvements at S. Hulen Street and Granbury Road (101017)for a revised contract amount not to exceed $630,000.00; 8. Amendment No. 1, in an amount not to exceed $360,000.00 to City Secretary Contract(CSC)49228, an Engineering Agreement with Lee Engineering, LLC, for design of intersection improvements at Park Vista Boulevard and Keller Haslet Road (101020) for a revised contract amount not to exceed $760,000.00; New Contracts: http://apps.cfwnet.org/council_packet/mc review.asp?ID=26022&councildate=6/26/2018 6/25/2018 M&C Review Page 2 of 4 9—An Engineering Agreement with Wier&Associates, Inc., for design of intersection improvements at ✓Golden Triangle Boulevard and Harmon Road (101013), in an amount not to exceed $250,000.00; 10. An Engineering Agreement with HDR Engineering, Inc., for design of transportation improvements along W. 7th Street from University Drive to the Trinity River(101555) in an amount not to exceed $750,000.00; 11. An Engineering Agreement with Schrickel, Rollins and Associates, Inc., for design of transportation improvements along Riverside Drive from Golden Triangle to Keller Hicks in an amount not to exceed $700,000.00; 12. An Engineering Agreement with Cobb Fendley &Associates, Inc., for design of transportation improvements along the University Drive Corridor from Trail Drive to Park Hill (101588), in an amount not to exceed $900,000.00; 13.An Engineering Agreement with AECOM, Inc., for design of intersection improvements at Crowley Road and N. Crowley Cleburne Road (101578) and Alta Mesa Boulevard and Crowley Road (101579) in an amount not to exceed $594,580.00; 14.An Engineering Agreement with Multatech Engineering, Inc., for design of intersection improvements at E. Seminary Road and Mansfield Highway (101590) and McCart Avenue and Altamesa Boulevard (101572) in an amount not to exceed $690,778.00; 15.An Engineering Agreement with Pape—Dawson Engineering, Inc., for design of intersection improvements at Beach Street and Basswood Boulevard (101582) in an amount not to exceed $398,195.00; 16. An Engineering Agreement with JT Engineering, Inc., for design of intersection improvements at E. Northside Drive and Cold Springs Road (101584) in an amount not to exceed $442,886.80; 17.An Engineering Agreement with Bridgefarmer&Associates Inc., for design of intersection improvements at W. Long Avenue and Angle Avenue (101583) in an amount not to exceed $455,985.00; 18.An Engineering Agreement with Hayden Consultants, Inc., for design of intersection improvements at S. Normandale Street and Las Vegas Trail (101591) in an amount not to exceed $528,013.00; 19. An Engineering Agreement with Kimley-Horn and Associates, Inc., for design of intersection improvements at NW Loop 820 and Marine Creek Parkway(101585) in an amount not to exceed $432,000.00. DISCUSSION: In preparation for the 2018 Bond Program and to advance delivery of projects, engineering contracts were executed on 13 potential Jump Start Projects (Mayor and Council Communication (M&C) C-28288 June 20, 2017)to further define individual project cost and identify possible risks that would impact costs and delivery schedules. Funding for these Jump Start Projects(*)was authorized on May 16, 2017 in the amount of$10M (M&C G-19009). The following summarizes the contract awards for the 2018 Bond Program 11 Major Thoroughfare and Arterial projects, and 11 Intersection Improvement projects: 2018 Bond Program Major Thoroughfare and Arterial Project Name Engineering Consultant NTE Contract Amendment *Bonds Ranch Road- Hawks Landing to Kimley-Horn &Associates, Inc. $425,000.00 Blue Mound Road/FM 156 -CD 7 *Westport Parkway-Alta Vista Parkway to Halff Associates, Inc. $90,000.00 Beach Street- CD 7 *Avondale Haslet Road-Willow Creek HDR Engineering, Inc. $843,000.00 Drive to Haslet County Line Road -CD 7 *Harmon Road- Golden Triangle Kimley-Horn &Associates, Inc. $595,000.00 Boulevard to US 287 -CD 7 http://apps.cfwnet.org/council_packet/mc review.asp?ID=26022&councildate=6/26/2018 6/25/2018 M&C Review Page 3 of 4 * US 377 at Basswood Boulevard and Pacheco Koch Consulting $750,000.00 Kroger Drive- CD 4 Engineers, Inc. *Cromwell Marine Creek- Boat Club Road Burns & McDonnell $1,500,000.00 to Old Decatur Road -CD 2 Engineering Company, Inc. *Golden Triangle Boulevard and Harmon Wier&Associates Inc. $250,000.00 Road (New Contract) -CD 7 University Drive-Trail Drive to Park Hill Cobb Fendley &Associates, $900,000.00 (New Contract) -CD 9 Inc. Riverside Drive-Golden Triangle Schrickel, Rollins&Associates, $700,000.00 Boulevard to Keller Hicks Road (New Inc. Contract) -CD 7 West 7th Street- University Drive to Trinity HDR Engineering, Inc. $750,000.00 River (New Contract) -CD 9 2018 Bond Program Intersection Improvements Project Name Engineering NTE Consultant Contract/Amendment Amount *S. Hulen Street and Granbury Road -CD Carrillo Engineering, $230,000.00 6 LLC *Park Vista Boulevard and Keller Haslet Lee Engineering, LLC $360,000.00 Road -CD 7 Crowley Road and N. Crowley Road AECOM, Inc $306,375.00 Cleburne Road - CD 6 Alta Mesa Boulevard and Crowley Road - AECOM Inc. $288,205.00 CD8 E. Seminary Road and Mansfield Multatech Engineering, $350,900.00 Highway-CD 8 Inc. McCart Avenue and Alta Mesa Boulevard Multatech Engineering, $339,878.00 -CD 6 Inc. Beach Street and Basswood Boulevard - Pape-Dawson $398,195.00 CD 4 En ineerin , Inc. E. Northside Drive and Cold Springs JT Engineering, Inc. $442,866.80 Road -CD 2 W. Long Avenue and Angle Avenue -CD Bridgefarmer $455,985.00 2 Associates, Inc. S. Normandale Street and Las Vegas Hayden Consultants, $528,013.00 Trail -CD 3 Inc. NW Loop 820 and Marine Creek Kimley-Horn & $432,000.00 Parkway - CD 2 Associates, Inc. Available resources within the General Fund will be used to provide interim financing for expenditures incurred on projects within the 2018 Bond Program until debt is issued. Once debt associated with these projects is sold, bond proceeds will reimburse the General Fund, in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance approving the bond election and authorizing the appropriation of funds. M/WBE OFFICE—All firms being awarded new engineering contracts/amendments are in compliance with the City's BDE Ordinance. These projects are located in COUNCIL DISTRICTS 2, 3, 4, 6, 7, 8, and 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations, funds are available in http://apps.cfwnet.org/council_packet/mc review.asp?ID=26022&councildate=6/26/2018 6/25/2018 M&C Review Page 4 of 4 the current capital budget as appropriated, of the 2018 Bond Program Fund. Prior to an expenditure being incurred, the participating department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year ChartfieId 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Charlfiield 2 Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Kim Arnold (2552) ATTACHMENTS All 1295 Forms.pdf Maps 2018 Bond Prog Proposition A.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=26022&councildate=6/26/2018 6/25/2018