Loading...
HomeMy WebLinkAboutContract 35373-A5 (2) CITY SECRETAW CONTRACT N0. 1�5" AMENDMENT No.5 TO CITY SECRETARY CONTRACT No. 35373 WHEREAS, the City of Fort Worth (CITY) and James DeOtte Engineering, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 35373, (the CONTRACT) which was administratively authorized on the llth day of June, 2007 in the amount of $22, 720. 00; and WHERAS, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of $60, 824 . 00 authorized by M&C C-23236 on December 16, 2008; Amendment No. 2 in the amount of $20, 461 which was administratively authorized on July 23, 2010; Amendment No. 3 in the amount of $24, 985. 00 which was administratively authorized on October 25, 2011; Amendment No. 4 in the amount of $58, 595. 00 authorized by M&C C-26166; and WHEREAS, the CONTRACT involves engineering services for the following project: Storm Water Utility Project - Arundel Drainage Improvements; and WHEREAS, it has become necessary to execute Amendment No. 5 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1 . Article I of the CONTRACT is amended to include the additional engineering services specified in a proposal dated September 9, 2014, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $81, 198 . 00. (See Attached Funding Breakdown Sheet, Page -3-) 2 . Article II of the CONTRACT is amended to provide for an increase in ;V the fee to be paid to Engineer for all work and services performed under cm'> the Contract, as amended, so that the total fee paid by the City for all m work and services shall be an amount of $268, 783. 00. m a z 0 c City of Fort Worth Professional Services Agreement Amendment Template OFFICIAL RECORD PMO Official Release 8/1/2012 CITY SECRETARY Page 1 of 3 FT.WORTH,TIC 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER James Deotte Engineering, Inc. ,� /I\.- (7, ccl - - Fernando Costa Jame De tte, P.E. Assistant City Manager President DATE: _ / !L /$ DATE: 22 C)CA APPRO L RECOMMENDED: GS f Douglas TA Wiersig, P. . Director, Transportation and Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: Date: ( 0 -Z( - Douglas W. Black Assistant City Attorney ATTEST: S ° a 8� n� Mary J City Sec tary 00*000, AS OFFICIAL RECORD CITY SECRETARY City Fort Worth r 1-WORTH,TX Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 2 of 3 FUNDING BREAKDOWN SHEET City Secretary No. 35373 Amendment No. 5 Department Fund-Account-Center Amount TPW P227-531200-203280067130 $39, 958 . 00 Water P253-531200-603170067130 $24, 743. 00 Water P258-531200-703170067130 $16, 497 . 00 Total : $81, 198 . 00 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 3 James Civil Engineering ...................................... ar 0) 1*-`.1. ,"I-*.DeOtte Land wiveying ..De Otte .......................... Engineenng,..... 'q ...........I...... .......... Hydrologic and Hydraulic Modeling ENGINEERING 1n.Q.......................... ................................................... 9 September 2014 Mr. Michael A. Owen, P.E. Senior Professional Engineer Transportation and Public Works City of Fort Worth 1000 Throckmorton Street Fort Worth,Texas 76102-6311 Ref: Amendment #5 for Supplemental Funds for Design Services ARUNDEL AVENUE DRAINAGE IMPROVEMENTS Project No. 00671; City Secretary Contract # 35373; DOE # 5613 Mr. Owen, James DeOtte Engineering, Inc. completed the drainage study for the referenced project in August 2008. We request an amendment to the amended contract to provide the following additional services that are outside the scope of the existing contract: Additional services and fees summary: Additional Design Management Tasks $ 2,840.00 Additional 2-d modeling,blend mesh of LIDAR and ground survey, etc. $ 12,410.00 Additional Water and Sewer Design $ 18,710.00 (Plan Profile, Ownership, Utilities,Cost Estimate) Additional Roadway Design $ 4,950.00 Additional Services, SUE,Topo Survey,and Geotech for Water/Sewer/Paving $ 15,798.00 Revise Preliminary and Final Design Plans and Specifications $ 15,450.00 Grading Permit;iSWM;preliminary and final $ 8,000.00 Sell plans at office $ 1,500.00 Additional Construction Related Services Sell Plans at Office $ 270.00 Attend Pre-Construction Conference $ 600.00 Site Visits (3) $ 1,800.00 Prepare As-Built Plans $ 2,600.00 Credit for Elimination of SWPPP $ (3,730.00) Amendment#5 Total $ 81,198.00 Summary of previous contract amendments: Original Contract $ 22,720 Amendment #1 $ 60,824 Amendment#2 $ 20,461 Amendment#3 $ 24,985 Amendment#4 $ 58,595 Total Revised Contract $ 268,783 lox 817.930.OM5 ................. phone 817.��6.6877 equomw ................................... 40, James Civil Engineering . ..................... ..................................... De.0fte....I... Lon Surveying V.................................... .................... ........... Engineering...... .........-....... ............ ENGINEERING •••• x,dr"c.T"d ckauuc Modeling ...................... Sincerely, Jam EeOtte, P.E., R.P.L.S. President Attachments: Attachment A-Scope, Amendment 5 Attachment B-Summary of Fees, Amendment 5 Attachment C-Level of Effort, Amendment 5 ............I.....................6707&Cnlr phone 817.E+d,dB77 ................................... 40, AMENDMENT 6 ATTACHMENT"A-V Scope for Engineering Desian Related Services for Storm Water and Pavina Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing Amendment 5. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. Under this scope, "ENGINEER" is expanded to include any sub-consultant, including surveyor, employed or contracted by the ENGINEER. WORK TO BE PERFORMED Task 1. Design Management Task 2. Concept Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. Permitting 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 • Conduct and document a total of 2 project update meetings with CITY Project Manager. • Conduct and document monthly design team meetings. • Prepare invoices 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 Project Schedule updates with a schedule narrative monthly, as required according to the City of Fort Worth's Schedule Guidance Document. Attachment"A" Page 1 • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • It is assumed that a total of 2 update meetings will be held aside from the meetings at the end of each design phase. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes E. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL DESIGN(30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to 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 develop the conceptual design of the infrastructure as follows 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies(such as TxDOT and railroads), CITY Master Plans, CITY drainage complaint files, existing applicable drainage studies, FEMA floodplain and floodway maps, Attachment"A" Page 2 existing models of project area(if any) and property ownership as available from the Tax Assessor's office. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line,the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey,the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering(SUE investigation has been performed). The Level A SUE will be performed; (1) by the ENGINEER if included in the fee proposal; or(2) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or(3) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options,the ENGINEER shall propose appropriate de- hole locations in the project and collect flow line elevation and other applicable information of the sewer service line.The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • The following is applicable at all locations that require water service line replacement: The ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. 2.2. 2-d Modeling Prepare a 2-d model for the project drainage area. Run various simulations to determine the extent of flooding for various design storms. 2.3 Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE)to Quality Level A, as described below. The SUE shall be performed in accordance with Cl/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, Attachment"A" Page 3 out of service); line size and condition; number of jointly buried cables; and encasement. 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. • 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 mufti-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. Attachment"A" Page 4 ASSUMPTIONS • SUE(Level A)will be provided by JDEI • Copies of the conceptual design package will be delivered. Drawings will be half size(1 V x 17"). • ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. • One design review meeting will be held. DELIVERABLES A. Conceptual Design Package to include schematics, exhibits, decision log, and updated cost estimate. TASK 3. PRELIMINARY DESIGN(60 PERCENT). Preliminary plans shall be submitted to CITY per the approved Project Schedule. 3.1. Development of Revised Preliminary Design Drawings shall include the following: • Cover Sheet • Drainage area maps showing proposed improvements with drainage calculations and hydraulic computations in accordance with the City of Fort Worth Storm Water Management Design Manual, Mach 2006. • 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 coordinates 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). • Overall project easement layout sheet(s). • SUE plan drawings. • Plan and profile drawings of proposed storm water improvements, including existing lot layout with property ownership, streets, curb lines, driveways, medians(if applicable), sidewalks,existing and proposed water and sanitary sewer mains, existing utilities gathered during the SUE and existing utility easements within the project limits. • No less than two bench marks per plan/profile sheet. • The ENGINEER will prepare standard and special detail sheets that are not already included in the City's standard details. These may include connection Attachment"A" Page 5 details between various parts of the project,tunneling details, boring and jacking details,waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. • Station equations relating utilities to paving,when appropriate. • Proposed roadway profile grades and elevations along each curb line;elevations at all P.V.I.'s; P.I's half stations; high and low points;vertical curve information;and pertinent AASHTO calculations. Profiles for existing curbs(if any)and existing ground at the left and right of right-of-way lines shall be shown. Existing found property corners(e.g. Iron pins)along the existing right-of-way shall be shown on the plans. Profiles for existing and proposed storm drain mains and laterals shall be provided. • Channel plan and profile drawings shall include existing channel centerline, existing left and right top of channel bank, proposed top of channel backs, and 100 year water surface profile. • Preliminary roadway and/or channel cross-sections will be developed,from the survey notes,at intervals not-to-exceed 50 foot along the project length and will extend 10 foot past the right of way line on both sides of the street. Additional cross-sections at important features including driveways, P.I.'s of intersecting streets, (minimum distance of 100 foot along cross-street at each P.I.)walks, retaining walls, etc.,will also be provided. Profiles of centerline of driveways will also be provided where necessary. Scale will be 1"=20' horizontal and 1"=2' vertical. Excavation and embankment volumes and end area computations shall also be provided. 3.2. Additional 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 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. 3.3 Revised Project Decision Log Revise and update Project Decision Log based on additional roadway design. 3.4 Revised Construction Estimate Prepare revised cost estimates based on additional roadway design ASSUMPTIONS-N/A • All storm water calculations and design shall conform to the City of Fort Worth Stone Water Management Design Manual, March 2006. DELIVERABLES—NIA Attachment"A" Page 6 TASK 4. FINAL DESIGN(90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT) Upon approval of the Revised Preliminary plans, ENGINEER will prepare construction plans as follows: • Final draft construction plans and specifications shall be submitted to CITY per the approved Project Schedule. • The ENGINEER shall submit a final design estimate of probable construction cost with the final design plans submitted. This estimate shall use ONLY standard CITY bid items. • 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. ASSUMPTIONS - NIA DELIVERABLES—NIA 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 .pdf files and the plans in .pdf and Awf files. • The ENGINEER shall sell contract documents and maintain a plan holders list from documents sold and downloaded from 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 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 prebid 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. Attachment "A" Page 7 • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. • Assist the CITY with assembling and awarding contracts for construction, materials, equipment, and services. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Mylar Drawings • The ENGINEER shall submit a set of conformed mylar drawings for record storage. • Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file. There shall be one(1) PDF file for the TPW plan set and a separate PDF file for the Water plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PDF 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 orgl8.pdf Both PDF files shall be submitted on one (1) Compact Disk, which will become property of and remain with the CITY. Floppy disks, zip disks, e-mail flash media will not be accepted. For information on the proper manner to submit PDF 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—N/A DELIVERABLES-NIA Attachment"A" Page 8 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. ASSUMPTIONS—NIA DELIVERABLES—NIA TASK 7. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows. 7.1. Storm Water Pollution Prevention Plan—by Contractor—Credit provided • For projects that disturb an area greater than one(1)acre, ENGINEER will prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the Project for use by the Contractor during construction. ENGINEER will prepare drawings and details for proposed SWPPP improvement that the Contractor must use during construction. Contractor will be responsible for filing the SWPPP with appropriate regulatory agencies. 7.2. Environmental Services—No Corps of Engineers related permits(i.e. 404 or Individual Permits)are anticipated. • Negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting formstapplications for CITY review • Submitting revised forms for agency review • Responding to agency comments and requests 7.3. No CLOMWLOMR is anticipated on this project. • Negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY review Attachment"A" Page 9 • Submitting revised forms for agency review • Responding to agency comments and requests 7.4. No Texas Department of Transportation (TxDOT) Permits are anticipated • Negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY and TxDOT review • Submitting revised forms for agency review • Responding to agency comments and requests 7.5. Floodplain Development Permit • Submitting formsiapplications for CITY review to include: iSWM Concept, Preliminary and Final ASSUMPTIONS—N/A DELIVERABLES—N/A Attachment"A" Page 10 ATTACHMENT A DESIGN SERVICES FOR ARUNDEL AVENUE CITY PROJECT NO.:00671 ATTACHMENT A - 2 Scope for Engineering Design Related Services for Water and Sanitary Sewer Improvements DESIGN SERVICES FOR ARUNDEL AVENUE CITY PROJECT NO.: 00671 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. 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 Submittal Checklists TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, ■ communicate effectively, ■ coordinate internally and externally as needed, and ■ proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 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 City of Fort worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 15 ATTACHMENT A DESIGN SERVICES FOR ARUNDELAVENVE CITY PROJECT NO.:ON71 • 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 review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, 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 MNVBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location,the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 6 MWBE reports will be prepared • 2 meetings with city staff • 12 monthly water department progress reports will be prepared • 12 monthly project schedule updates will be prepared 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 MWWBE Report Form and Final Summary Payment Report Form City of Fort Worth,Texas Attachment A PMO Release Dale:07.23.2012 Page 2 of 16 ATTACHMENT A DESIGN SERVICES FOR ARUNDELAVENUE CITY PROJECT NO.:00671 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 ■ Study the project, ■ Identify and develop alternatives that enhance the system, ■ Present(through the defined deliverables)these alternatives to the CITY ■ Recommend the alternatives that successfully addresses the design problem, and ■ Obtain the CITY`s endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies(TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. 2.2. The Conceptual Design Package shall include the following: • Cover Sheet • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. • Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative form. • Documentation of key design decisions. • Estimates of probable construction cost. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 3 of 15 ATFACIANENT A DESIGN SERVICES FOR ARUNDELAVENUE CITY PROJECT NO.:W671 ASSUMPTIONS • 5 copies of the conceptual design package(30%design)will be delivered.. Report shall be letter sized and comb-bound with a clear plastic cover. Drawings will be 24"x 36"size fold outs bound in the report • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package TASK 3. PRELIMINARY DESIGN(60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet • A Proiect 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). • Overall project easement layout sheet(s)with property owner information. • Overall project water and sanitary sewer layout sheets, The water layout sheet shall identify the proposed water main improvement/existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries,water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet. City of Fort Worth.Texas Attachment A PMO Release Date:07.23.2012 Page 4 of 15 ATTACNMENTA DESIGN SERVICES FOR ARUNDEL AVENUE CITY PROJECT NO.:OW1 • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft of plan/profile sheet—two or more. • Bearings coven on all proposed centerlines, or baselines. • Station equations relating utilities to paving,when appropriate. • Plan and profile sheets which show the following: proposed water and sanitary sewer plan/profile and recommended pipe size,fire hydrants,water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names)along with property ownership shall be provided on the plan view. • The ENGINEER shall make provisions for reconnecting all identifiable water and wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement.When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line,the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey,the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering(SUE investigation has been performed). The Level A SUE will be performed;(1)by the ENGINEER if included in the fee proposal; or(2)by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or(3)by the Contractor after the project has been bid, by means of a bid item to that effect. In all options,the ENGINEER shall propose appropriate de- hole locations in the project and collect flow line elevation and other applicable information of the sewer service line.The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • Provide map showing location of new manhole construction at the end of existing sewer segments, 90 degree bends, or tee connections. Site survey or specific design plans for manhole construction is not included as part of the scope.The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc.manhole construction. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 5 of 15 ATTACHMENT A DESIGN SERVICES FOR ARUNDELAVENUE CITY PROJECT NO.:00671 • The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-section of the CITY's specifications.These may included connection details between various parts of the project,tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project,trenchless details, and special service lateral reconnections. 3.2. 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. 3.3. 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 • 1 public meeting(s)will be conducted or attended during the preliminary design phase. • Traffic Control"Typicals"will be utilized to the extent possible. It is assumed an additional 2 project specific traffic control sheets will be developed. 5 sets of 24" x 36"size plans will be delivered for the Constructability Review. • 5 sets of 24"x 36"size plans will be delivered for the Preliminary Design(60% design). • 5 sets of specifications will be delivered for the Preliminary Design (60%design). • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. City of Fort Worth,Texas Attachment A PMO Release Dale:07.23.2012 Page 6 of 1s ATTACHMENT A DESIGN SERVICES FOR ARtNODEL AVENUE CITY PROJECT NO.:W671 • 13 sets of 24"x 36"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. Utility Clearance drawings C. Traffic Control Plan D. Storm Water Pollution Prevention Plan E. Estimates of probable construction cost F. Data Base listing names and addresses of residents and businesses affected by the project. TASK 4. FINAL DESIGN(90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • For projects that disturb an area greater than one(1) acre,the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP)with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. • Draft Final plans(90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY,the ENGINEER shall submit Construction Documents(100%)to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90%and 100%design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 5 sets of 24"x 36"size drawings and 5 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. • 5 sets of 24"x 36"size drawings and 5 specifications will be delivered for the 100% Design package. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 7 of 15 ATTACHMENT DESIGN SERVICES FOR ARUNDELAVENUE CITY PROJECT NO.:00671 • A DWF file for the 100%Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • [Engineer to provide estimated final sheet list(cover/index, general notes, control point location, easement layout, SUE plan sheets, no.of plan/profiles, special detail sheets, etc.)] DELIVERABLES A. 90%construction plans and specifications. B. 100%construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. 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 .xls 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.dwf 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. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 8 of 15 ATTACHMENT A DESIGN SERVICES FOR ARUNDELAVENUE CRY PROJECT NO.:00671 • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors,and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids,and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher)format and DWF format. There shall be one(1) PDF file and one(1)DWF file for the TPW plan set and a separate PDF and DWF file for 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 - 11W-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-35667-9rg36.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_orgl8.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Buzzsaw. 2) In addition to the PDF and DWF files,the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 9 of 16 ATTACHMENT A DESIGN SERVICES FOR ARUNDELAVENUE CRY PROJECT NO.:ON71 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. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 10 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 5 sets of 24"x 36"size drawings plans and 5 specifications (conformed, if applicable)will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents(conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference,the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to City of Fort Worth,Texas AHachnent A PMO Release Date:07.23.2012 Page 10 of 15 ATTACHMENT DESIGN SERVICES FOR ARUNDELAVENUE CRY PROJECT NO.:M71 residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER shall attend the"Final'project walk through and assist with preparation of final punch list 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from 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. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher)format and DWF format. There shall be one (1)PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 11 of 15 ATTACHMENT DESIGN SERVICES FOR ARUNDELAVENUE CRY PROJECT NO.:W671 plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example - 11W-1956—rec47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, 1147" shall be the total number of sheets in this file. Example: W 0053—rec3.pdf and K 0320_org5.pdf II. Water and Sewer file name example — "X-35667_rec36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755 rec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. ASSUMPTIONS • 3 RFI's are assumed. • 1 Change Orders are assumed • One copy of full size(22"x34") mylars will be delivered to the CITY. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings on Mylar TASK 7. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 7.1. 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. City of Fat Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 12 of 15 ATTACHMENT DESIGN SERVICES FOR ARUNDELAVENUE CRY PROJECT NO.:W671 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. • 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 comer 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. 7.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property,the ENGINEER shall prepare and submit Temporary Right of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction. DELIVERABLES A. 1 Copy of field survey data and notes signed and sealed by a licensed surveyor. B. 1 Drawing of the project layout with dimensions and coordinate list. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 13 of 15 ATTACHMENT DESIGN SERVICES FOR ARUNDELAVENUE CITY PROJECT NO.:00671 TASK 8. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffic Traffic Street Water Control Control Control Attachment'A" Signal Engineering Traffic Storm Storm Lights /Sewer Traffic Control 60% 90% Type (Submit All Water Water (Submit (Submityp , o (Submit All 30%) 30% 60,6 All @ All @ @ 60%) 30% 60%) Required for all work In City ROW Street X X X X X* X X X X Storm Water X X X X X Water/Sewer X X X X *If included in street project ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scone of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition including temporary right-of- entries. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 14 of 16 ATTACHMENT DESIGN SERVICES FOR ARUNDELAVENUE CITY PROJECT NO.:00671 • Construction management and inspection services • Periodic site visits during construction phase • Design phase public meetings • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire,flood, earthquake or other acts of God. • Services related to warranty claims,enforcement and inspection after final completion. • Services related to submitting for permits(ie.TxDOT, railroad, etc...) • Services related to Subsurface Utility Engineering Levels A, B, C or D • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Construction Shop drawing review, samples and other submittals submitted by the contractor. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth,Texas Attachment A PMO Release Dale:01.23.2012 Page 15 of 15 ATTACHMENT"B" SUMMARY OF TOTAL PROJECT FEES AMENDMENT#5 ARUNDEL AVENUE DRAINAGE IMPROVEMENTS Project No.00671 Consulting Firm Prime Responsibility Amount 100% Prime Consultant: James DeOtte Engineering $69,018 85.0% Engineering, Inc. Proposed MIWBE Amount 15.0% Sub-Consultant: Gorrondona and Topographic and Land $2,000 2.5 % Associates, Inc. Surveying Services Gorrondona and Subsurface Utility $6,600 8.1 % Associates, Inc. Engineering(Level A) Gorrondona and Geotechnical Investigation $3,580 4.4% Associates, Inc. Amendment#5 Project Description Scope of Services Total Fee MWBE Fee Percent Engineering Services Storm Drain Design $ 81,198 $ 12,180 15.0% � � ■ s S sa. s_s GS as a. a CL � ul � . ) ■ � © ! 7 I 2 ! i ! . � ■& � @ § � Not E a § : Q ' ■ G §§\ on o2 � �k � 2 ■■ 2 � .� § �° � ■A _ I - k � V ui 2 Z j k .� § \ A \ !� / § { �$ ka2 �a § §■_�ƒ a- I! § 2 �IL � �»3 2Rl, ■� ic � 7 |!` ƒ ; .�l�«| t � l�� � ! § §§ o o . �§ a `.1 ww° 2§( U--f-ld \ ;; &I-A !� L 0(L p pp gg •S� 519 p pppp pp pp W pp p p pppp pp p„O M MMN M.M N MNN M W F.• pp Ila N IIU "I I lal I O a a W N N N C N d V � m p p QQ CDC12sol f � Z m a� > � v,lo 0 cp u Eo G' CQ AV $ o o o E � t c r Q N gg��. rn oo vv ^ Noae a ev{� oovav n C . � O Q ; 5 a �� o o -seo o C 1 a` gp g c cI g a� a MAI 6 Ixvial H gr c J� m A IL 2�f 0 U¢LL ■• §■■ �(§ 2 � a§ 92§f$ a § . !� Z )]�co k mm�8 § $ . 2 � R 2 2 § � 2 2 § B e ! ■ £C, $ ■ ■ 0 -le » a � jJ �22 § ■ ■ o _ z41 u Go &— © © • ■ � & o ! @ k �i|� � k �a $ cc - 3 � i$k . � \ ! ! #k 2§ � � ||! ® -■ gin /�0 r. � �° ° �� fir 7i O° Li www w�w N w H 40 pF pp p pp a�j o �p Epp p pppp C N�NN O....N ° NNNRM M M N reR a�la N NNNNN O tttVVV N WN U r o `o N y 9 e Y N N N e 91 r u1 u� Ul a 91 N w C N g v A'. z°al I Ii W 121 N a c gg g V' « Nww N N�I N y N "' O a+ $O O N N O d roN d L•/ G y O a: o 0 0 f ro 0 � Q Cf� a N w Q� y {� oc 3Y£N 41 tv W .N wp' o 0 0 0 4 N LLC 10 LL L 3 � U)N a ZC2�W �� E €1 sq C E F �Eg C d LL • g� Go iDg Ei C7 d .~ n�dog� go rc� G� Ej7c� ,YQrco 213 p2 LYv$ c� F u gg g$ tf E7 �gg oa a Gg IL3 C$ 6arn c �C � voZD)A d20 tgN da In (Ci'iit 21 s am NN '-N'i �'�dA��ivi <naryry �.ti ri ri oi1�1-: or ei ui 0<F 3J(ee §§.e a aeee.;e !§S■©§■m - - © & &■■ �! a ■ aa;aa §§e° ■S.;;SSQ! ■22 a�lk! ! FLU am e7 ■ ■ © 1101 -_ ■ §�)se saes a2aa Seas K§«�� # 2§§ a#■�« �aqm# § I- ■p;E§ k ■ n I z§« k � �fK ! a , a`7��k k2 ke o! �) `aea2�£ yea !! k » &� $ moo . @ eE■` a � § �I �)f� a ra !& az22 AP City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/21/2014 DATE: Tuesday, October 21, 2014 REFERENCE NO.: **C-27049 LOG NAME: 20SW ARUNDEL AMENDMENT#5 SUBJECT: Authorize Execution of Amendment No. 5 to City Secretary Contract No. 35373,an Engineering Agreement with James DeOtte Engineering,Inc., in the Amount of$81,198.00 for Additional Engineering Services for the Arundel Avenue Drainage Improvements Project,Thereby Revising the Total Contract Amount to $268,783.00(COUNCIL DISTRICT 3) RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No. 5 to City Secretary Contract No. 35373, an Engineering Agreement with James DeOtte Engineering,Inc., in the Amount of $81,198.00 for additional engineering services for the Arundel Drainage Improvements project,thereby revising the total contract amount to$268,783.00. DISCUSSION: The Amendment recommended by this Mayor and Council Communication will provide additional engineering services not included in the original contract scope of work.During the course of the project several contract amendments have been issued to evaluate alignment alternatives for the improved underground pipe system.This has been necessary due to the difficulty in finding an alignment that: (1) would achieve the desired level of flood protection and(2)local residents would accept.Amendment number 5 is needed to provide final engineering data for the selected alternative. Also,the Water Department identified the need to replace the existing water/sewer mains in the vicinity of this project.Additional services include:hydraulic modeling;design of water and sewer replacements, pavement design,and revised storm drain design to coordinate with water/sewer improvements;and additional bidding/construction phase services. AMOUNTPROJEC H&C NO. APPROVED Initial Contract Engineering Study for $22,720.00 Administrative /11/2007 Arundel Drainage Improvements Amendment No. 1 Design services for $60,824.00 —23236 12/16/2008 improvements recommended by stud Amendment No.2 Additional survey and $20,461.00 Administrative /26/2010 SUE for revised alignment Amendment No. 3 2D drainage analysis of $24,985.00 Administrative 10/25/2011 system,easement services,additional ltemative analysis,cost enefit analysis and &H modeling Amendment No.4 Additional alignment $58,595.00 —26166 3/26/2013 analysis,alter,outfall design and assoc. services,revisions to prelim/final design,and SA services for outfall location Amendment No.5 Additional 2D modeling, $81,198.00 design of water/sewer eplacements,paving and ther associated services. M/WBE Office&ndash;James DeOtte Engineering,Inc.,is in compliance with the City's M/WBE Ordinance by committing to an additional 15 percent M/WBE participation for this Amendment 5.The City's goal on this amendment is 15 percent. This project is located in COUNCIL DISTRICT 3,Mapsco 397 Al. FISCAL.INFORMATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated,of the Stormwater Capital Projects Bond Fund,the Water Capital Projects Fund and the Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P227 531200 203280067130 $39,958.00 P253 531200 603170067130 $24,743.00 P258 531200 703170067130 $16,497.00 CERTIFICATIONS: Submitted for City Manager's Office by Fernando Costa (6122) Originating Department Head: Douglas W.Wiersig (7801) Additional Information Contact: Michael Owen (8079) ATTACHMENTS 1.00671 Arundel Storm Drain FAR.pdf 2.00671 Arundel Storm Drain Man,,Wf 3.00671 Arundel Storm Drain MWBE.pdf 4.FAR-00009 CIPWW671 P253. f 5.FAR-00010 CIP#00671 P258. f 6.P227 00671 avail funds.12 7.P253 4zzzzz 601159990100.pdf 8.P258 476045 701139990100"f