Loading...
HomeMy WebLinkAboutContract 40770CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas (the "CITY"), and Wade Trim, Inc., (the "ENGINEER"), for a PROJECT generally described as: Water and Sanitary Sewer Replacement Contract 2009, WSM-C. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5.19.2010 Page 1 of 15 CITY SECRETARY FT. WORTH, TX 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 standard of care applicable to the ENGINEER'S services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. 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. (2) In soils, foundation, groundwater, and other subsurface investigations, Me 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 costlexecution effects are not the responsibility of the ENGINEER. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5.19.2010 Page 2 of 15 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 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5.19.2010 Page 3 of 15 (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 eand 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. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No. 15530, as amended, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the MMBE goal established for this contract and its accepted written commitment to MMBE participation. Any misrepresentation of facts (other than a negligent City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5,19,2010 Page 4 of 15 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. (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 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5,19.2010 Page 5 of 15 insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY 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 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, officersI 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5,19,2010 Page 6 of 15 (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, 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 request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. 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 AN 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date. 5,19,2010 Page 7 of 15 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. 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 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. 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 suspectedI 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5,19,2010 Page 8 of 15 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. 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 Properly 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 Is 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, arrangeI 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5.19.2010 Page 9 of 15 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. 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 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5.19.2010 Page 10 of 15 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. (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 V.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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5.19.2010 Page 11 of 15 A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts; accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (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 PMO Official Release Date: 5.19.2010 Page 12 of 15 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, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. 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 PMO Official Release Date: 5.19.2010 Page 13 of 15 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5.19.2010 Page 14 of 15 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. 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 Executed this the day of , 2010. ATTEST: City Secretary WA APPROVED AS TO FORM AND Assistant City Attorney ATTEST: City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5.19.2010 Page 15 of 15 CITY OF FORT WORTH Fernando Costa Assistant City Manager APtAL�A ECQM NDE Frank Crumb Director, Water Department ITY WADE TRIM, INC. David T. Speic Vice President By: P.E. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ATTACHMENT "A" Scope for EnglneeI "Ef Design Related Services for Water and Sanitary Sewer Replacement Contract 2009, WSM-C° 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 this project is to replace the existing water and sanitary sewer lines as outlined below. WATER Sanita Sewer Type of Street Map Existing Proposed Length Map Lateral Existinq Proposed Length Existing Name Number SizefType SizefT a FT Number # Sizerr a Size/Type F Pavement Bin on St. 2072-380 6" DI 8"/PVC 850.00 Asphalt Lubbock Ave. to with Cockrell Ave. Conc C&G Marks Place 2072-380 12" DI 12"/PVC 2055,00 2072-380 L-3105 6" Conc 8"/PVC 50.00 Asphalt (Camp Bowie EB Ram L-3105A 6" Conc 81/PVC 67.00 with to Brazos Ave. L-3108 6" Conc 8"/PVC 50.00 Conc C&G L-3109 8" Conc 8"/PVC 50.00 L-3111 6" Conc 8"/PVC 50.00 Merida Ave. 2072-380 6" Unknown 8"/PVC 1400.00 2072-380 L-1234 6" 8"/PVC 185.00 Asphalt W. Seminary Dr, to with Boyce Ave. Conc C&G Total LF Water 4305,00 Total LF Sanitary Sewer 452.00 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 Services and Subsurface Utility Engineering Task 9. Permitting ATTACHMENT °A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 1 OF 17 TASK I 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. Communications and Reporting • Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and clarify scope and understand CITY objectives • Conduct and document once a month project update meetings with CITY Project Manager • 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 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 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 i mormation 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 • The current schedule a sou es the project will have a (6) month duration DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule ATTACHMENT'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 2 OF 17 E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to 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 but not limited to; utilities, agencies (Tx DOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. 2.2. The Conceptual Design Package shall include the following: • Cover sheet. • Horizontal alignment (excluding profiles) of proposed improvements, including existing lot layout, streets, street right-of-way, proposed easements and existing utilities gathered during the SUE within the project limits. • Pavement cores (provided by CITY). • Proposed phasing of water and sanitary sewer work documented in the project schedule. • Opinion of probable construction cost. ASSUMPTIONS • Two (2) copies of the conceptual design package will be delivered. Drawings will be full size (22" x 34") plan sheets. • ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Two (2) copies of the Conceptual Design ATTACHMENT °A° TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-t-09) PAGE 3 OF 17 TASK 3° PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Proj ect Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows: 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Poi nt: identification (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 • Overall project easement layout sheets) with property owner information. • Overall project water and/or sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/ existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer lines and appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system, as the Control Points. • No less than two bench marks plan/profile sheet. • Plan and profile sheets which show the following: proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample station locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the proj ect. Legal description ( Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. Provide dimensions of street rigWof-way with water/sanitary sewer locations dimensioned from the rigWof-way. • The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • 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 ATTACHMENT °A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1.09) PAGE 4 OF 17 contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. for manhole construction. • The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-Section of the City's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 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 Public Meeting • No Public meetings will be included for Preliminary Design. 3.4 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 and government agencies to determine the approximate location of above and underground utiliti es, 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 deliver approved preliminary construction plans to the CITY's Utility Coordinator for forwarding to all utility companies which have facilities within the limits of the project. 3.5 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 non -typical traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. 3.6 Storm Water Pollution Prevention Plan • For projects that disturb an area greater than one (1) acre, ENGINEER will prepare the Storm Water Pollution Prevention Plan (S WPPP) 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. ATTACHMENT °A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 5 OF 17 ASSUMPTIONS • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed no project specific traffic control sheets will be developed. • Ten (10) sets of full size (22" x 34") drawings will be delivered for Utility Clearance. • Two (2) sets of full size (22" x 34") drawings will be delivered for Preliminary Design. • Two (2) copies of the Storm Water Prevention Pollution Plan will be delivered for CITY review • 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. Opinion of probable construction cost including bid item s and quantities using the CITY's standard bid items and format. D. Traffic Control Plan E. Storm Water Pollution Prevention Plan 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%) 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 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 opinion of probable construction cost with both the 90%and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • One (1) set of full size (22" x 34") drawings and One (1) set of specifications will be delivered for the 90% Design package. ATTACHMENT'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 6 OF 17 • One (1) set of full size ( x 34") drawings and One (1) set of specifications will be delivered for the 100% Design package. • Plans set sheet list • Cover sheet, Index sheet, General Notes s heet, Location map and sheet reference sheet, Location map existing water sheet, Location map existing sanitary sewer sheet, Location map control point sheet, Project Specific Notes, Water plan and profile sheets (4), Sanitary Sewer plan and profile sheets (4), Water detail sheets (2), Sanitary Sewer detail sheets (4), Pavement details sheet (3), Erosion Control sheets (3), Traffic Control Plan sheets (3). A. 90% construction plans and specifications. B. 100% construction plans and specif ications. 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 may, at the direction of the CITY, 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 procedure include a log 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 mail addenda to all plan holders and, if applicable, upload all approved addenda onto Buzzsaw. • Attend the bid opening i n 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. • Incorporate all addenda into the contract docum ents and issue conformed sets. ATTACHMENT °A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 7 OF 17 5.2 Alternate Bid Support In lieu of providing bid support to the Buzzsaw bidding method, the ENGINEER, at the City's request, will provide the following bidding services for each project phase. • The ENGINEER will have up to forty (40) sets of the bidding documents reproduced. If additional sets are required for issuance, it will be considered additional services. • The ENGINEER will prepare a Notice to B idders for publication by the CITY. The CITY will be responsible for publication of the notice. The CITY will be responsible for distribution of bidding documents to prospective contractors, suppliers and plan rooms. • A pre -bid conference will not be held for this project. • The ENGINEER will provide support to CITY staff during the advertisement phase of the project, answer questions from bidders, issue interpretations of the contract documents and prepare necessary addenda for the project. Addenda will be reviewed and approved by the CITY prior to issuance. • The ENGINEER will attend the bid opening for the project, assist in the review and tabulation of the bids received, evaluate the apparent low bidder(s) and make a recommendation regarding the possible award of the contract. The ENGINEER will assist the CITY by checking references of apparent low bidders. • The CITY will prepare Conformance Documents for this project. • The ENGINEER will prepare six (6) sets contract documents for execution by contractor, receive and review such documents for completeness and forward to the CITY for review and execution. • The ENGINEER will provide one (1) set of plans on Mylar. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • Forty (40) sets of construction documents will be prepared to be sold to plan holders and/or given to plan viewing rooms. • Ten (10) sets of full size (22" x 34") sets of plans and specifications (conformed, if applicable) will be delivered to the C ITY. DELIVERABLES A. Notice to Bidders (if applicable) B. Bidding Documents (if applicable) ATTACHMENT °A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 8 OF 17 C. Addenda D. Bid tabulations E. Recommendation of award F. 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 pre construction 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 • Attend One (1)Pre-construction M eeting • Attend One (1) Public Meeting 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information submitted by the inspector and/or Contractor. The drawings shall be submitted as full size (22" x 34") mylar drawings. • 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: 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 — "Xw35667 org36.pdf I where "X- 35667" is the assigned file number obtained from the CITY, "_org" ATTACHMENT °A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 9 OF 17 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 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 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 • 1 Mylar Copy Record Drawing DELIVERABLES A. Public meeting exhibits B. One (1) Set of Mylar 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 • No Right -of Way Research is anticipated. 7.2 Right-of-Way/Easement Preparation and S ubmittal. • No Right-of-Way/Easement Preparation is anticipated. 7.3 Temporary Right of Entry Preparation and Submittal • No Temporary Right -of -Entry documentation is anticipated. ATTACHMENT °A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 10 OF 17 ASSUMPTIONS • No Permanent Easements are anticipated for this project. • No Temporary Easements are anticipated for this project. • No Temporary Right of Entry Letters DELIVERABLES A. No deliverables TASK 8. SURVEY SERVICES AND SUBUTILITY ENGINEERING. 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), and other features relevant to the final plan sheets. • 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. Identification (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), 8.2. Construction Survey • Provide horizontal and vertical data to the contractor. • Horizontal control shall be based on NAD 83. • Vertical control data shall be based on existing City vertical control monuments. ATTACHMENT'A° TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 11 OF 17 DELIVERABLES A. Provide copies of field survey data and notes, signed and sealed by the licensed surveyor. B. Provide drawings of project layout with dimensions and coordinate list. TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain agreements and/or permits normally required for a project of this size and type, as follows. 9.1. Texas Department of Transportation (TxDOT) Permit • 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 ASSUMPTIONS • Permit preparation will begin after approval of the Conceptual Design. • Two (2) meetings are assumed with TxDOT for the TxDOT permit. DELIVERABLES A. TxDOT Permit ATTACHMENT "A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-t-09) PAGE 72 OF 17 ATTACHMENT "B" COMPENSATION AND SCHEDULE Scope for Engineering Design Related Services for Water and Sanitary Sewer Replacement Contract 2009, WSM-C. I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $ 95.384.00. Payment of the total lump sum fee shall be considered full compensation for the services described in Attachment A, for all labor materials, supplies, and equipment necessary to complete the project. B. The ENGINEER shall be paid monthly payments as described in Exhibit "B-1" Section 1 - Method of Payment. C. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. II. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 180 calendar days after the "Notice to Proceed" letter is issued. A. Conceptual Engineering Plans - 60 calendar days. B. Preliminary Engineering Plans and Contract Documents- 45 calendar days. C. Final Engineering Plans and Contract Documents - 45 calendar days. D. Final Plans and Contract Documents for Bid Advertisement - 30 calendar days. Method of Payment The ENGINEER s all be paid monthly upon receipt of an invoice on the basis of statements prepared from the books and records of account of the ENGINEER, based on the ENGINEERS' estimate of percentage of completion of the project, such statements to be verified as to accuracy and compliance of the project, such statements to be verified a to accuracy and compliance with the terms of this contract by an office of ENGINEER. Payment according to statements will be subject to certification by the Director of the Water Department or his authorized representative that such work has been performed. The aggregate of such monthly partial fee payments shall not exceed the following: ATTACHMENT'A° TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 13 OF 17 Until satisfactory completion of Attachment A, Task 2, Conceptual Engineering Plans submittal and approval by the City, a sum not to exceed 30 percent of the maximum fee. Until satisfactory completion %J Attachment A, Task 3, Preliminary Construction Plans submittal, a sum not to exceed 60 percent of the maximum fee, less previous payments. Until satisfactory completion of Attachment A, Task 4, Final Construction Plans submittal and approval by the City, a sum not to exceed 90% of the maximum fee, less previous payments. The balance of the earnings, less previous payments, shall be payable after the Pre -Construction meeting for this Project has been conducted. Note: If the Engineer determines in the course of making design drawings and specifications that the opinion of probably construction cost of $ 858,065.00 (as estimated in Exhibit "13 4") will be exceeded, whether by change in the scope of the project, increase cost or other conditions, the Engineer shall immediately report such fact to the City's Water Department and, if so instructed by the Director of the Water Department shall suspend all work hereunder. ATTACHMENT'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1.09) PAGE 14 OF 17 EXHIBIT "B-1" M/WBE Summary Scope for Engineering Design Related Services for Water and Sanitary Sewer Replacement Contract 2009, WSM-C. Task Total Fee M/WBE Fee % MNVBE Task 1 - Design Management $ 10,575.13 $ 2,880.00 27.2 % Task 2 - Conceptual Design $ 15,830000 Task 3 - Preliminary Design $ 23,060,87 Task 4 Final Design $ 13,906.34 Task 5 - Bid Phase Services $ 4,447.85 Task 6 - Construction Phase Services $ 1,322.94 Task 7 - ROW/Easement Services $ 0.00 Task 8 - Survey Services $ 25,000900 $ 25,000.00 100% Task 9 - Permitting Services $ 21941028 Total $ 93,462.00 $ 27,880.00 29.9 M/VI/BE Consultants: Services Fee Pacheco Koch Consulting Engineers, Inc Survey $ 25,000.00 Maxwell Solutions LLC Scheduling (Type III) $ 2,880.00 Total $ 27,880,00 Non-M/MWBE Consultants: Services Fee Thomas Reprographics Reproduction $ 2,400.00 Total $ 2,400.00 This attachment is provided for informational purpose only to show the projected plan to meet M/WBE goal of 15%. The actual dollars paid by the Engineer to M/ WBE subconsultant may vary for each task as well as for each subconsultant. The subconsultants listed are those intended for use on this project, but the actual subconsultants may vary. ATTACHMENT'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 15 OF 17 EXHIBIT "B-2" HOURLY RATE SCHEDULE (SUPPLEMENT TO ATTACHMENT "B") Scope for Engineering Design Related Services for Water and Sanitary Sewer Replacement Contract 2009, WSM=C. 2010 Standard Rate Schedule Employee Classification Princi al Senior Professional Administrative Supervisor II Professional Engineer III Professional Engineer I Project Administrator III P.E. Administrative Support Tech V Administrative Support Tech IV Administrative Support Tech III ATTACHMENT'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 11-1-09) PAGE 16 OF 17 Rate/Hour $72.25 $57.09 $35.06 $46.68 $29.26 $31.35 $20.58 $17.48 $14.46 EXHIBIT " B-3A " (SUPPLEMENT TO ATTACHMENT B ) SUMMARY OF TOTAL PROJECT FEES Engineering Design Related Services for Water and Sanitary Sewer Replacement Contract 2009, WSM-C. Consulting Firm Prime Consultant Wade Trim, Inc. M/WBE Consultants: Pacheco Koch Consulting Engineers, Inc. Maxwell Solutions LLC Non-M/WBE Consultants: Prime Responsibility Engineering &Project Management Survey Scheduling (Type III) Total Sub Fee Amount Percent $63,899.40 66.99% $25,000.00 26.21% $2,880.00 3.02% $27,880.00 29.23% Thomas Repographics Reproduction $3,605.00 3.78% Total labor Fee Amount Proiect Description Engineering Services Scope Of Service Water and Sewer Replacements Total Fee $95,384.40 $95,384.40 $27,880.00 Percent 29.23% City's MWBE goal 15.00% EXHIBIT " B-3B " (SUPPLEMENT TO ATTACHMENT _B ) TOTAL FEE SUMMARY & DESIGN FEE BREAKDOWN Engineering Design Related Services for Water and Sanitary Sewer Replacement Contract 2009, WSM-C. SUMMARY OF TOTAL FEE Service Description Sewer Water Total Engineering, Management and Expenses $26,394.15 $43,990.25 $70,384,40 Surveying Fee $2,343975 $22,656925 $251000.00 Total $28,737.90 $66,646950 $951384.40 BREAKDOWN OF SEWER AND WATER FEES (Less Survey Fees) 1. Total Sewer Fee (less_Survev Fees) Breakdown by Concept, Preliminary and Final Design a. Concept (30%) _ (Total Sewer Fee -Survey Fee) x (.3) _ $7,918.24 b. Preliminary (60%) _ (Total Sewer Fee - Survey Fees) x (0.6) _ $15,836.49 c. Final (10%) _ (Total Sewer Fee "Survey Fees) x (0.1) _ $2,639,41 $26,394AS 2. Total Water Fee (less Survey Fees) Breakdown by Concept, Preliminary and Final Design a. Concept (30%) _ (Total Water Fee -Survey Fees) x (0.3) _ b. Preliminary (607o) _ (Total Water Fee - Survey Fees) x (0.6) _ c. Final (10%) _ (Total Water Fee - Survey Fees) x (0.1) _ $13,197.07 $26,394.15 $4,399.02 $43,990, 25 Project RD; FEE BUDGET E311MATE EXHIBIT 1214C Client: City of Fad Worth BASIC MIRON SERVICES Ralson THW En 'need Design ROAW $*Mot# for Water and Sans Sewer Re la a meM COmrM 7m WSM42. Task Code i0vocription of Work Task Davis of hour Estimal4 Primipall Senior Pmfosalonal Admin SkpeMsotll Professional Englmardll ProbassiaW Enginawl pro" AtlMNstratorlll AdoWd, Support TechV Adored. Support Tacitly Ad� Support Teatdll Total hours Per Tsak Total Fee Par Task OuaMi Um 172.25 557 335.08 S488S 12826 $31.35 758 $17,48 314.48 1 Pro ct Mans emeA 1.1 osd, mans wAra ant a6owN shel4sm mwto she rasowas % X 50.00 1.2 R"as n"sf 1 1 0 0 0 0 0 f 57,09 preptret Invoiaces acM 8 MOM 0 J 0 0 0 00 0 3 $171.27 Frapare nonth]y wowass fopods 6 MOM 0 3 0 0 0 0,0,00 3 517117 PreparestMdll 6 too 1 0 0 0 1 Wall G ta naM MM%E ra d 6 MOM 0 3 0 0 0 0 0 0 0 3 $171.27 Cmrtlinatlon wYh otMrsgeMkf 6 monthly 0 0 0 0 0 0 0 0 0 0 $000 CoordwMn rqh rmtlktpaMarkss 6 monthly 0 0 0 0 p 0 0 0 0 0 WOOTom $V7,99 Pool1.5 Wsrbood Rate $1,13028 15 %Relit 12W 76 V %Sun $2,50000 10%Schsclue 12WOO m*moll SoWbm Sdn 12.88OOo EapanssaaM Reprognptda E+yonses 53.93500 I1,6251 2 Conceptual 30% 2A Cola cob ctbn 1 E 0 2 p 0 0 2 3" m CommwNnt co urtiant w8h other agancks 4M City domdnatds 1 EP4 ol 601 0 0 6 0 0 0 12 S530.64 Client Conferonw Rovkw MooEnq 1 0 1 0 0 0 a 0 0 0 1 $51W 2 Come ual deal M 23 Cover SMeI 1 Sheet+0 0 D 0 0 '2 '0 0 2 362.70 NY*Wp Plan Shoals Nth Cpna Ida out 6 SMab 0 0 0 9 2 91 00 0 IN f3.3J149 lWylkUPCOFICARPhAll Easrat4 of MMEN coat 3 EA 0 8 0 0 a 0 0 0 0 8 SAM72 Subnt Consptvai0.s b0 la nVkw I EA 0 0 0 0 0 3 3 Ol 01 6 $155.79 Conduq nvkw mate' with tlN Cite and drr4bp mNutoa ,rho ad'an tlsns 1 E 4 0 0 0 0p D 01 4 5ncm Roc4Ne pemi+sbnb pocied watt Rabnrory Des4 xX 0 0 0 D 0 0 0 0 0 5000 TOm $4.016,15 Pia ITS Clysolmad Rae $3.54907 15%ROM $2,064.78 3 Prsllmi 0.sign 60% 3.1 Devab nt of Monnag CassW On artdS ctWMm X % Rovbs Cover SMel f Shea 0 2 0 0 2 S62.20 0.vab IMez 1 Shoot 0 I MDO 0 0 2 362.70 Deveb Cnmral NONa I Shea 0 0 2 0 0 2 M2.]o 0.v4b o dwMoleM nanumASN»t on 0.han 1 Shea 0 0 8 0 0 8 32WW Develoo ct vaanmM AM TOW. shows 6 Shea 0 0 0 2 0 0 0 2 f62.70 0.vslooverall water ant semi awerlaMSMat2 Shea 0 0 0 5 0 0 8 S29619 Daveb water and saMa ssmataMMomneM+Mel i Sheet 0 0 00 50000.vab Plan and ofde sMsts 8Shoot 0 0 0 0 0 $1,62741 Roper* StsMsrd anot slDecal dalal sheab 1 5Ma 0 0 0 0 0 4 0 0 4 $12540 [havolop Prolinnirtag Specifications 1 EA 0 0 24 Ol 4 1 10 4 $1.243.18 Develop preanswag Blinds of RoMble Cost 3 EA 0 10 0 0 D 0 0 0 f0 3570 SO 3.3 Constructalhity Rsd vvith Cdy 1 FA 0 2 0 0 0 0 0 2 $114.13 Most anw%o wth CAY Staff 1 E,h 0 3 0 0 00 0 Di 01 3 f17127 35 kItAlty cwraM. x x D p o D o o a D 01 SOW submit thID Cteannw Plans I EA 0 1 0 0 2 o 0 3 61 IS 111 Cemua wish Other h AmMs eM othats hen on qd location I FA 0 2 0 0 0 0 2 $114.16 3.6 Tram COr4a Ran. % % 0 0 0 0 0 0 0 0 SO W 0.voloMlfe coMai maho stvdanis 6 Shea 0 I 0 4 0 I 0 0 15 5557.31 0.vob + meMa,MKa mAM 4 SMsI 9 0 0 0 0 0 0 50.00 3.7 Claim Mot Polution Rev4MNn Plnm 0 0 0 0 0 0 0 sow 0.voloSN p 6 Shea 0 1 0 0 10 0 0 11 $37059 3.8 Submit Pro"na Mm b he raviaw 0 p 0 0 0 D $0.00 Conduct rerkw w8h the and devebP rawness aM exact Mama i 4 0 0 0 0 4 S22&W Itswivo yomwskn b procvad wall Fool Coto EA 0 0 0 0 sow Total 56.036.T9 Plum 1.8 OrsrMsd Rae 110.356.22 15%ROM S2,5 AS 19,438.d6 4 Final Plans 4.1 Dovsb 90%FvNl Rano 45 Shea 0 2 0 20 21 0 0 23 3959.94 Darab W% Flood Esbmte a ReMbte Cost 1 EA 0 2 0 0 2 0 0 22 $741.43 0.wb 90%[1W S claatbns 1 EA 0 2 21 0 0 0 0 26 $955.62 0.vsb 100 %FWI Ram 45 5Ma 0 t 0 8 0 0 0 9 $307.89 Develop 100%Fkol Esbms of RoMbk Coal 1 EA 0 1 0 0 0 a 0 0 9 $W7.89 Dovobp 100%Fknl Specifications 1 EJA4 01 16 D 0 0 0 0 2 18 f942.M Provide cover Mylu tot sigmtures 1 Sheet Of 0 0 2 2 0 4 310A3 Total $4.31514 Pon 1.8 Cvadtead Rate 17,n.73 I5%Ron 11.61037 3.908. 5 BidPMaa SeMcu 51 Bdsu U sal ns lob &maaw In PD orm41 1 6k 0 0 0 4 0 0 4 125.40 Set contract documents ant rm"Zin n holders Sat I FA 0 6 0 a 0 0 0 0 6 3342.54 Rscohte, ant roe dto a3b ns questions and r4 st 1 EA 0 4 0 0 0 0 0 4 $228.36 Dovefosddenda+aMu ad atldeMas HO Shalom i EA p 4 0 0 0 2 0 0 6 S291M Atloml bdo I E 2 0 0 1 0 0 0 0 2 S114-16 Tabaato end rovkw as bids"Iced, avakns Ito boa and rake nconrznndaM 1 EA 21 0 0 1 0 4 0 0 6 $196.50 5.2 MyW DrawWA x x 0 0 1 0 0 Of 0 0 0 0 SO DO Submt Myles dnWnq 1 EA C 0 0 4 2 1 0 0 3 w28 to, 1 51.381.32 Pb4 i 8Mwload Rats $2.48638 15%Ron S5110./5 S4.447,35 a Construction Photo services 6A Construction Sulpporl AMM Pnmmtmdion Mae' 1OPMOdWd 0 1 0 0 0 0 0 i 7.09 Develop o dezhDas 6 0 0 0 4 0 0 4 5125,40 AtlaM uNc maelh i 0 2 0 0 0 2 3114.18 C mkuaion tto"a / o 0 D 0 0 0 U SOW provdo masasryktargetawm and cls f a cm dung mminrdbn I 2 0 0 0 0 0 2 $114.18 Record f 0 p 5 p 0 5 3158.75 Conslrugbn sun I0 2 0 0 0 0 0 0 31/4AB Tom 363t.73 PIn f,BCvedued Rats $1.22710 15%Ron $288.35 1 .m 7 RI MofMa and Essement SSMc4s LIsIM as ad of'Ottor Dined Coat• includes hello Pacheco Noch 7.1 Rtghtcf�y n earch x xf xi X X %y % % Desroans M<I-wa and aa+4rmnta mostsoN x Io pomry Khfe of Entry Listener % x % X X X TotalOOD B Survey LISIM as ad ol'Other Direq Cosy •IMiudeo follow) Pa<Mm Koch 6.2 Davoloand subrnil R of Wei for aw X SA COMua+un % x x % % X % 8.1 EssbSsh rmnnaA Ms and banch narks m doao than 2 MMhrmrka 1 jPfQM� x SA Establish R.OW aM dol4rrme aasenant batons X x 11A mod ezo' drte X % 6.1 research 8.1 Rowa duns pddsvab TiflaMwaxo tab X 3.3 ResoNs dNue x GoBaa mvrbtormehra ant strw % x x x x X x X Tobl 25.OW.00 8 Perm Ni 9.0 Coorffas cols TSDOT b otaab Approval of powdat oncluclas tollwM 2 SMsb 0 4 0 0 0 0 0 0 4 3225.36 Co to as fomWa tbm 1 EA 0 4 0 0 D 0 0 4 $$23.]6 Subrit lorMa hs6ons torn 1 FA 0 4 0 0 0 0 0 4 f2 &M Raves antnsubril lonwh Mentors oval 1 EA p / 0 ol 0 0 0 0 4 52&W Toad 1913.M Pic ill WsdNad Ras $1.644-19 15%Rallis &XIM $2,941 28 Hours SubTolals 0 11914a 28 d 266 lid 10 12 499 Metal Labor Costa f1587811 lob MuRi kr Overhead Ras 1.8 $13.9T7.13 Total Labot Cols 552.853.38 Profit 16% 52.112801 Total 360,]81 q Sunaye Samos" SdwTdatps l0%Su0 f34.60J.00 X of Total Hous EXHIBIT" 0-3D " (SUPPLEMENT TO ATTACHMENT B ) Engineering Design Related Services for Water and Sanitary Sewer Replacement Contract 20091 WSM-C. SUMMARY OF TOTAL FEE Service Description Sewer Water Total Surveying Fee $2,343.75 $22,656.25 $25,000.00 Easements $0.00 $0.00 $0.00 Total $2,343.75 $22,656.25 $25,000.00 EXHIBIT " B-3E It (SUPPLEMENT TO ATTACHMENT _B ) Engineering Design Related Services for Water and Sanitary Sewer Replacement Contract 2009, WSM-C. Sets $/Sheet Sheets Total 1. Conceptual Engineering Plans ( 20 sheet x sheets/set) 2 $1.20 20 $48.00 2. Preliminary Design Plans* ( 45 sheet x sheets/set) 2 $1.20 45 $108.00 ( 10 sheet x sheets/set) Utility Set 10 $1.20 15 $180.00 Specs ( 70 sheet x sheets/set) 2 $0.25 70 $35.00 3. Final Design Plans ( 45 sheet x sheets/set) 2 $1.20 45 $108.00 Specs ( 80 page x pages/report) 2 $0.25 80 $40.00 Mylar Cover Sheets (_2_ sheet x sheets/set) 2 $4.00 2 $16.00 4. Bid Advertisement Plans ( 45 sheet x sheets/set) 40 $1.20 45 $2,160900 Specs ( 80 page x pages/report) 40 $0.25 80 $800.00 5. Half Size (11 x 17) Plan Sets Plans ( 45 sheet x sheets/set) 2 $1.00 45 $90.00 7. Final Mylars Plans ( 2 sheet x sheets/set) 1 $4.00 2 $8.00 8. Public Meetings Mounted Exhibits ( 10 sheet x sheets/set) 1 $1.20 10 $12.00 Reproduction Services Total $3,605.00 EXHIBIT " B-4 " (SUPPLEMENT TO ATTACHMENT B ) OPINION OF PROBABLE CONSTRUCTION COSTS - PROJECT SUMMARY Engineering Design Related Services for Water and Sanitary Sewer Replacement Contract 2009, WSM-C. Project Total Percent Total Water Improvements $779,146.50 90.80% Sewer Improvements $78,918.40 9.20% Total $858,064.90 100.00% Y 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o to 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O m a o L i 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (T tri ~ O 0 0 ON c0i00000U) 0 00000pp000otco0 m0 00 Cl)l LOA t00 H N LO O O t0 N N O O m N 0 0 0 a m t0 N Vl O O O m U O % n l0 C O V N m m 00 V) N H V) M N N N O 00 N F0. 00 N1 to r4 m r4 'i m O 4A V1 N V1 Vl N 00 V) V1 VI Vl VT VT VT VT M N VT V/ 00 N V/ '•t N N V) VY VT VF V/ V) N N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 O O O O O O O O 0 O O O O O O O O O O O O O O O O O O O 0 to 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V1 O O w O O V1 V) 0 0 0 0 0 0 0 0 0 0 0 to to O 0 0 0 0 0 0 o N O N t 0-V to 7 O O N tD7 w' O N O O O O N N O C wNY to O V1 N m w m N 0 to N m 4! U l0 r� tD 00 V1 tD Ol lD .� .-f n N N V/ ryj V! V? V/ N VT rj rl n lD W f�l V? V1 V1 •-I V1 V? VI V1 iA V/ V1 N V1 V/ N N Q N N m V) .O O O O N O O 01 t7 N V N N N IOo W V N N oND O 009 N fOD M O d O O O O O O O O O O O o O O O O O O 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 O O O O O O O O O O O O C O to O O O O O O O O O O O O O O O O O O O O O O d' O N O O V t0 N N O V/ 0 0 0 0 0 0 0 0 0 0 0 to O 00 O o 0 0 0 0 M O m m 0 t0 m N m H ✓i t0 00 O m N to O N O N O tp M N to O in N m O M N O m C t-1 U n tn ri V 00 VI tp r- to rl Lf V V ••i O V1 V/ * N V1 Vi rp N m �• O M O m N N 0 0 M N N 0 tNO N N N N tN0 O tN0 tN tN N N N N N N N N Cf 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CDn 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m 00000000000000000 00a000000000 0vi ♦+ O in V/ O O O O O O O O O O O 0 m 0 iA Vf V} Vn In VT V} Vf N N of of to Ul �•'r O O O M a wO N m mO m N N O to N • 0 7 m !n V'% n V, N f�f e-1 rV V c-1 r- N m V? V} V/ V/ V1 V1 to H CIn N N N C m� O O M N W M cDl N N N N N N O O O O O O O O O O 407 0 D 101 1010 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M 0 0 0 0 o rN 0 0 0 0 0 0 vi 0 0 g 0 0 0 0 0 0 IN N m 0 0 Q ul 0 0 0 ul O O N 0 0 0 0 0 0 0 0 0 V1 to O vl to O o O H o N of a +n to N 0 O 0 Vf VT N O V1 Vf V V/ V! t-i N O .7i �•i M VI a O rr V/ O NVI ••i rl U u in V7 4A o o 'rcS o 0 0 o o a E E o o o0 00 00 ~00 00 >> • c'ci 0 tr.S tLi L'� 0 0i u E o 0 m m m 0 0 0 o m m 0 m m m 0 0 m m m LL LL W W W LL H LL LL W W LL W W >' N U LL LL W W W LL LL LL LL LL U to C y — 1 (� G "0 � :0 T N m r c 1° t0 CL M 1 CL E G p E? Q c :? LL U 1 c rm Oro m N N � tp —_ t{] m > C m m V 1 t 1 C C to V (0 M« - I 1 N ( C C N .0. X !T C C N 0 m N m I� O .L-. « O t C m x c r3 U' � m y(L cLL •� m m o o c o O m X O c L _m LL U U C r m toC l0 U- C m Q T fDpaC O O C N N ?i O 1 mo C C y C w O. C d C Of LL 0 tmtl Qy t N (00 m Fm-t C O a t N yy C N¢ a L m Q 3 > I U C 0 t t C = .0 O ,7 ,C t 0 y j (n U _m f0 m y C N C y> m m = U U U� C 0 0 = 0 N 0 C y C C G Q C C C o V 1. U G - W m u a I —0 `T Y LL LL ad U rS 1 o C7 n 5 E %1 v c t m 5 d i t0 rn a �' °� m c y. = 0 o(L w v 0 o �d W a .M aho >> c c N X Q _v w N 01 5{ m 2 2 2 1 v) (L m V U V -/r 0`�/ N 'O «_ W rn m U U N (n (n U/ Ol dl (n N O U p 0) aCq = 2 LL E °d M (n (7 Q vv�} t L E w 0 '^ Un. t6 dL E v d m .°c .°c cT III L m m o m s o y n w m m m m m? y 0 m Ld ° o 0a. iL [L a iL C7 a i '2 c EL > > a U ♦- (n to (n fn F- a F- (n F"M N m !0 M M N t0 N N w m 0 m V t0 lD m '4 N N �- mm NIIM V V V' t0 N `7 O 0 to to d• W m N to W O N O N W mtD to r� N m to LO•? tO N N Nt0O M M M N N N N 0 OO O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Im IM lco Im m M m m m m m m m Im CO I CO I m m m CO m m m m m m m m ATTACHMENT "C" AMENDMENTS TO STANDARD CONTRACT AND GENERAL SCOPE OF SERVICES Engineering Design Related Services for Water and Sanitary Sewer Replacement Contract 2009, WSM=C. No Ammendments ATTACHMENT "D" SCHEDULE Scope for Engineering Design Related Services for Water and Sanitary Sewer Replacement Contract 2009, WSM-C. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 180 calendar days after the "Notice to Proceed" letter is issued. Conceptual Engineering Plans - 60 calendar days. Preliminary Engineering Plans and Contract Documents - 45 calendar days. Final Engineering Plans and Contract Documents - 45 calendar days. Final Plans and Contract Documents for Bid Advertisement - 30 calendar days. ATTACHMENT'A" TO STANDARD AGREEMENT FOR ENGINEERING REIATED DESIGN SERVICES (REV 11-1-09) PAGE 17 OF 17 a m d SIMMS E �� t Sompo a e a r s - -- —----- ° e--- ---------� t e � tm U-7 WOUND qlp L' 12 m e a •`c 1 N A ° E o o an (L a` U U U o T°q� ° o E vai a� m WE d rn 0 n. w 3 m d W , *a> s CD N ,m U) O ° ° 3 m o WC aUi j t d o 3 v v° E lo a r U°° OR o rn o` ._ > c l> aci E ! a a o 3 a� vo (7 r N A y� O O O O $1 10> C = u V! a o o >p; x _ U 8 'E U cc LL N U N e t C da j O m ,. ., O L Gl dCL o O > 0 N L m u of G U) CD OWNIM It p °1a i U (� '-J = a r U k i � I N O O O d' CD O O CD CD CD01 O O O O O O O CD(D f� O CO OON OMP WNW WOW WNW 400 P 400 IMP IMF 4EP Ap • • d.+ old�. H 4. m • R !C G � CV).0 c . a - - MEP CL ID p m w 0 a E � a >� C O t' L1 0 0 0 o O 0 O 2 railrnIrQi �IcUalaUo o �O)�N m C7 i0 (7 (9:a a la CO m m >Q > �i7 w w'w z N rn rn rn uUi uUi uUi ui i s O O O O U'1 to W to N O N j C O U m E c �C O O N � Vi N N N M CO G. co 3 od i i Z I wrr N O C E � N z w O N N a .`O-. 'C to 0 o o VE t m m a� mcr d � c a s o 3 n. o (7 U 0 0 0 Cl, 0 m 0 N N N N N N 0 0 0 0 0 0 0 0 0 0 0 0 0 M M CY7 CC7 N CV) CM y O O O O O O O N W r! r r l r q LL O aC 0 a U c s •`; 0 COMMON CL LE LL wo 0 Zoo OR c Commit L) Volvo EL 0 0) GEMINI Onto cc GOOD Shop OPINION CL OPEOP Monolog L) CL .rt — _ • • • • i E, f l _ © ©©®VVI© oil 1. G' xI � � T VI VI f.. • • . - �}y• . 4/ - m -C Alloillook ~o _ uc sccn { a OEM .;a? -Commit - - - - - - c - - - o I fill C. F- tQ LL LLv BINYON STREET WATER MAIN REPLACEMENT FROMOLUBBOCK AVENUE T0: COCKRELL AVENUE REPLACE APPROXIMATELY 850 FEET OF 6" DUCTILE IRON WATER MAIN WITH 8" P.V.C. REVISION I� WnnET�uM NOT TO SCALE MARKS PLACE WATER AND SEWER MAIN REPLACEMENT FROM CAMP BOWIE T00 BRAZOS AVENUE REPLACE- WATER MAIN APPROXIMATELY 2055 FEET SEWER MAIN APPROXIMATELY 267 LF MAPSCO 74S COUNCIL DISTRICT 3 LEGEND EXISTING SEWER - - - PROPOSED SEWER - - - PROPOSED WATER EXISTING MANHOLE s PROPOSED MANHOLE • TOTAL SEWER IN AREA L-3108 - 2113 LF L-3109 - 634 LF L-3105 - 658 LF L-3111 - 836 LF L-3105A - 67 LF TOTAL SEWER - 4,308 LF DATE 12-11-09 J W J �.�.�,REVISION NOT TO SCALE ATTACHMENT E3 MERIDA AVENUE WATER AND SEWER MAIN REPLACEMENT FROM W. SEMINARY DRIVE T0: W. BOYCE AVENUE REPLACE WATER MAIN APPROXIMATELY 1400 FEET SEWER MAIN L-1234 - 185 LF MAPSCO 90K COUNCIL DISTRICT 3 LEGEND PROPOSED SEWER � - PROPOSED WATER PROPOSED MANHOLE • I� WAnETiuM NOT TO SCALE Official site of the City of Fort Worth, Texas _, M � . �. COUNCIL ACTION: Approved on 8/17/2010 DATE: 8/17/2010 REFERENCE NO.: **C-24397 LOG NAME: 6009WSMC-WTRIM �� • • RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement in the amount of $95,384.38 with Wade Trim, Inc., for Water and Sanitary Sewer Replacement Contract 2009, WSM-C. DISCUSSION: This project consists of the preparation of plans and specifications for the replacement of water and sanitary sewer lines as indicated on the following streets: Street From To Scope of Work �Binyon Street Lubbock Avenue Cockrell Avenue jwater 'fMarks Place Camp Bowie East Bound Ramp.. Brazos Avenue jwater/sewer Merida Avenue West Seminary Drive West Boyce Avenue iwater/sewer Wade Trim, Inc., proposes to perform the necessary design work for a fee of $95,384.38. City staff considers this fee to be fair and reasonable for the scope of services proposed. Wade Trim, Inc., is in compliance with the City's M/WBE Ordinance by committing to 26 percent M/WBE participation. The City's goal on the project is 15 percent. In addition to the contract amount, $6,000.00 (water: $4,000.00, sewer: $2,000.00) is needed for associated project management and utility clearance. This project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P253 531200 603170143231 P253 531200 603170143233 P253 531200 603170143251 P258 531200 703170143231 P258 531200 703170143232 $13.197.07 4 399.02 $22,656.25 7 918.24 $15, 836.49 Logname: 60121 TA6-TRANS Page 1 of 2 �J