Loading...
HomeMy WebLinkAboutContract 43959 (2)CITY OV FORT WORTH, TEXAS CITY SECRETARY � cONTRAtflkfl.:» STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality (the "CITY"), and Kimley-Horn and Associates, Inc., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Design Oversight and Project Management Services on North Tarrant rxpress Segment 3A, Interstate 35W from Interstate 820 to Interstate 30. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation shall be $698,700.00 as set forth in Attachment B Article III Terms of Payment Payments to the ENGINEER will be made as follows: 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 1 of 16 12-06-12 P02: OFFICIAL REUtiRD CITY SECRETARS Ft WORTh, TX 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 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 2 of 16 specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires* provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on -site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 3 of 16 (3) 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. When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation in accordance with Attachment A. (2) In providing opinions of cost financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions, time or quality of performance by third parties; quality type management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore the ENGINEER makes no warranty that the CITY's actual PROJECT costs financial aspects, economic feasibility or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 4 of 16 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 vanous 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 are incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted wntten commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not Tess 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 of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 5of16 (3) 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. 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 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 Tess 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 6 of 16 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 Tess than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i ENGINEER waives all rights against the CITY and its agents, officers directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professional liability a claims -made policy, with a minimum of $1,000,000.00 per claim and aggregate The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 7 of 16 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. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102 f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000 00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first -dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. Lines of coverage, other than Professional Liability, underwritten on a claims -made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement The certificate of insurance shall state both the retroactive date and that the coverage is claims -made. k. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. 1. The CITY shall not be responsible for the direct payment of any City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 8 of 16 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 suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authonties' 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 9 of 16 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 Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights - of -way and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 10 of 16 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 matenals. 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. 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. Only the CITY will be the beneficiary of any undertaking by the ENGINEER " City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 11 of 16 (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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 12 of 16 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. 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' wntten 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; City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 13 of 16 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. 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 14 of 16 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. 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. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article VII Attachments, Schedules, and 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 15 of 16 Executed and effective this the BY: CITY OF FORT WORTH Fernando Costa Assistant City Manager Date: /2/CAZ. APPROVAL RECOMMENDED: By: S. Frank Crumb, P.E. Director, Water Department APPROVED AS TO FORM AND LEGALITY B b&1glas W. Black Assistant City Attorney ATTES Att? Mary'J. Kayser City Secretary day of�C , 20�� C pi CI 0 tealgpi tz: %);!‘. o t� City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 16 of 16 BY: ENGINES Kimley-l=lorn and Associates, Inc. Glenn A. Gary, P.E. Senior Vice President Date: /Oa 3�� Vol "L- M&C No.: C-25942 M&C Date: October 23. 2012 f °Fr? 4tit) 5 ,�c�000O000 -11 Q 0 c o 1(> >0 o0 8 Z1,1 ce 00" 000 ,, '' OFFMAL RECORD CITY SECRETARY ET. WORTH, TX ATTACHMENT "A" Scope for Program Manaaement and Support Services for the North Tarrant Express Seament 3A Proiect (I35-W. North L000-820 to I-301, The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. OBJECTIVE The objective of this project is to provide the CITY with program management and support services associated with the North Tarrant Express (NTE) Segment 3A project shown on the attached exhibit. Task Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Task 7 Task 8 WORK TO BE PERFORMED Program Management Conflict Analysis along I-35W Director Communication Design Analysis Construction Support Services Utility Assembly (UA) Review Supplemental Design Water and Sanitary Sewer Design Criteria Task - 1: Program Management Service Basic Basic Basic Basic Basic S upplemental S upplemental S upplemental 1.1. Project Administration A. BDE Reporting: Complete twelve (12) monthly M/WBE report forms for the City. A total of twelve (12) reports are anticipated of this contract period. Submit M/WBE change forms as necessary for any changes in M/WBE status. B. Monthly Invoices: Prepare twelve (12) invoices that m eet the CITY invoice format requirements. C. Deliverables: 1. Monthly BDE Reports to CITY 2. Monthly Invoices to CITY D. Process Payments to Developer ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 7/08/2009) PAGE 1 OF 22 1. Conduct and document meeting with CITY and Developer to discuss and create payment process protocol. 2. Develop standard invoice and backup material in accordance to the CITY's and Developer's require ments 3. Conduct and docum ent verification meeting with CITY and Developer regarding the standard invoice and backup material. 4. Monthly invoice and backup material: Prepare twelve (12) invoices and backup material to meet Developer format requirements. E. CITY Expenditure and Reimbursement Tracking and Reporting: 1. Develop financial model to track expenditures and reimbursements in association with CITY betterments, engineering contract expenditures, and contractor reimbursements. 2. Monthly financial model updates: Update and p rovide CITY with twelve (12) summaries for expenditures and reimbursement on a monthly basis. 3. Deliverables: a.) Meeting notes and action items for each attending party from each meeting. 1.2. Meetings A. Semi -Monthly CITY Progress Meetings (two times per month): Prepare for, conduct and document twenty four (24) semi-monthly project update meetings with the CITY project manager and other CITY staff as required. B. Semi -Monthly Developer Progress M eetings (two times per month): Prepare for, conduct and document twenty four (24) semi-monthly project update meetings with the Developer and CITY project manager and other CITY staff as required. C. Stakeholder Meetings: Prepare for, conduct and docum ent ten (10) stakeholder meetings with CITY and appropriate stakeholders along the I-35W corridor as required over this contra ct period. D. Deliverables: 1. Meeting notes and action item s for each attending party from each meeting. 1.3. Document Control A. Buzzsaw Site Development Coordinate with CITY staff in developing Buzzsaw site that will be used for document control throughout the pr oject B. Buzzsaw Management and Coordination: Manage and coordinate with CITY staff regarding the electronic f ile system to be used in com munication and storing of documents. C. Buzzsaw Permission Control and Coordination: M anage and coordinate with CITY staff regarding who has permission to access the electronic file system. D. Buzzsaw File System Development: Manage and coordinate with CITY staff on the development of the electronic file naming convention, directory structure, personnel permissions, and system administrators; (metadata) ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 2 OF 22 E. Deliverables: 1. Provide metadata summary of file naming convention, directory structure, permissions and system administrators. 1.4. Management Schedule A. North Tarrant Express (NTE) Segment 3A Water and Sanitary Sewer Relocation Schedule: 1. Schedule Development: Coordinate with CITY and Developer to create a water and sanitary sewer relocation schedule for the overall project. Prepare initial water and sanitary sewer relocation schedul e. 2. Bi-Monthly Schedule Updates: Prepare six (6) bi-monthly schedule updates. The schedules should reflect schedules changes made as compared to the previous hi -monthly schedule. 3. Bi-Monthly CITY Schedule Coordination. Coordinate w ith CITY six (6) times throughout the contr act period to discuss schedule progress and potential modifications. 4. Bi-Monthly Developer Schedule Coordination: Coordinate w ith CITY and Developer six (6) times throughout the contract per iod to discuss schedule progress and potential modifications. 5. Deliverables: a.) Bi-Monthly Water and Sanitary Sewer Relocation Schedule updates. 1.5. Roadway, Water and Sanitary Sewer Conflict Issue Resolutions A. Coordination with CITY regarding conflicts between the future roadway infrastructure and the CITY's water and sanitary sewer infrastructure that creates a service interruption that the CITY deems not in their best interest therefore warranting a potential realignm ent of the roadway to avoid the conflict with the water and/or sanitary sewer infrastructure. B. Coordination with Developer and/or TxDOT regarding conflicts between the future roadway infrastructure and the CITY's water and sanitary sewer infrastructure that creates a service interruption that the CIT Y deems not in their best interest therefore warranting a potential realignment of the roadway to avoid the conflict with the water and/or sanitary sewer infrastructure C. Deliverables: 1. Meeting notes and action item s for each attending party from the coordination efforts. ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 3 OF 22 Task - 2: Conflict Analysis along I-35W1-35W (North Loop 820 to 1-30) Schematic Review: Review proposed TxDOT ROW maps and proposed roadway alignment schematics as compared to the existing C ITY water and sanitary sewer maps. Identify potential conflicts between proposed TxDOT ROW, proposed roadway, water and sanitary sewer utilities. 2.2. Site Visits to Conflict Areas After conflict identification perform site visit to obtain additional information not shown on maps and schematics. 2.3. Utility (Water and Sanitary Sewer) Conflict Packets Produce seventy five (75) conflict packets, one for each potential conflict identified in Task 2.1 I-35W (North Loop 820 to 1-30) Schematic Review. The packet will include: A. Conflict Schematic B. Potentially Required Utility Easements C. Schedule of Utility Relocation D. Conceptual Opinion of Probable Construction Cost (OPCC ) 2.4. Comprehensive Development Agreement (CDA) Review. Review the Comprehensive Development Agreement between TxDOT and Developer. Identify areas of interest to the CITY within the Agreement pertaining to the protection or relocation of water and/or sanitary sewer facilities cost obligations, schedule obligations, or other items pertaining to the CITY's water and sanitary sewer facilities. 2.5. Master Utility Adjustment Agreement (MUAA) Review: Review the Master Utility Adjustment Agreement between CITY and Developer. Identify items of potential concern to the CITY. Provide comments to CITY regarding potential concerns before the CITY executes the M UAA with the Developer. 2.6. CDA and MUAA Review Meetings A. Review meeting with CITY and TxDOT: Conduct and document one (1) review meeting with CITY and TxDOT to discuss the CITY's position regarding their obligation stated in the CDA and MUAA. B. Review meeting with CITY and Developer: Conduct and document one (1) review meeting with CITY and Developer to discuss the CITY's position regarding their obligation stated in the CDA and MUAA. 2.7. Deliverables A. One hard copy and one pdf copy of conflict packets to CITY. B. Meeting notes and action item s for each attending party from each meeting. Task - 3: Director Communication 3.1. Water Director and City Council Update: Prepare for and conduct quarterly (2 for the contract period) communication meeting with Water Director and City Council regarding the status of the project. Provide communication document at the quarterly update. 3.2. Deliverables ATTACHMENT °A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 4 OF 22 A. Water Director and City Council Communication Documents Task - 4: Design Analysis 4.1. Developer P Ian Reviews A. Review Developer water and sanitary sewer relocation plans. B. Provide plan review comments to City 4.2. Plan review coordination meetings A. Meet with City staff to discuss plan comments B. Meet with City staff, Developer, and TxDOT regarding the plan review comments 4.3. Deliverables A. One pdf copy of plan review comments to CITY. Task - 5: Construction Support Services 5.1. Construction Support S ervices: Provide professional construction phase services for construction of the proposed project for the purpose of providing assistance to CITY during construction. The CITY will provide construction management services and inspection for the project. This scope of services does not include construction phase services related to inspections or testing, applications for payment, disagreements between the CITY and the Contractor, or determination of substantial completion. The following services will be performed for the construction contract on one (1) utility relocation during the contract period: A. Preconstruction Meeting* 1. Attend a preconstruction conference for one (1) relocation project. 2. Prepare and Distribute Meeting Notes. B. On -site Observation 1. Make Site visits at intervals as directed by CITY in accordance with a four (4) month construction period in order to observe the progress of the Work. 2. Such visits and observations by ENGINEER are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be lim ited to spot checking selective measurement, and similar methods of general observation of the Work based on ENGINEER'S exercise of professional judgment. Based on information obtained during such visits and such observations ENGINEER will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep CITY informed of the general progress of the Work. The purpose of ENGINEER'S site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide CITY a greater degree of confidence that the com pleted Work will conform in general to the Contract ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 5 OF 22 Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or pro cedures of construction selected by Contractor for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. C. Progress Meetings: Attend progress meetings based on a four (4) month construction period and visit the site for observation at that tim e. D. Shop drawing, samples and other submittals Review: 1. Review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. 2. Such review, approvals or other action w ill not extend to means, methods, techniques, equipment choice and usage sequences, schedules, or procedures of construction or to related safety precautions and programs and shall not relieve the Contractor f rom its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or om issions. 3. Log all shop drawings, samples and other submittals. E Substitutions: 1. Evaluate and determine the acceptability of up to three (3) substitute or "or -equal' materials proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of the state or the CITY. F. Request for information (RFI): 1. Provide necessary interpretations and clarifications of contract documents, and make recommendations as to the acceptability of the work. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Docum ents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. G. Final Project Walk Through: 1. Attend the ' Final" project walk through and assist with preparation of final punch list. Attend One (1) final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Docum ents 2. ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other ATTACHMENT' A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 6 OF 22 individual or entity performing or furnishing the Work. ENGINEER shall not have the authority or responsibility to stop the work of any Contractor 5.2. Record Drawings A. The Developer will prepare Record Drawings for this project. B. Mylar Submittals - Prior to final plan submittal to the Developer for construction, the ENGINEER will submit a final set of mylar drawings to the CITY for record storage as follows: 1. Water and/or sanitary sewer plans will be submitted as one set of plans. Water and sanitary sewer plans will be separate from paving and drainage plans. Sheets will be standard size (22" x 34") with project numbers (Water/Sanitary Sewer and TPW) prominently displayed. 2. Signed plan sets will also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file Each PDF file will contain associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PD F files will conform to naming conventions as follows: 3. Water and Sewer file name example — "X-35667_org36.pdf where "X- 35667" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "36" will be the total number of sheets in this file 4. Example: X-12755_orgl8.pdf 5. PDF files will be submitted on one (1) Compact Disk, which will become property of and remain with the City of Fort Worth. Floppy disks, zip disks, e-mail flash media will not be accepted. 6. 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 num ber (817) 392-8426. F ile numbers will not be issued to a project unless the City Project number and proper fund codes have been assigned and are in the Department of Transportation and Public Works database. 5.3. Deliverables A Eight (8) Progress Meeting Agendas and Notes B. Responses to Contractor's Requests for Information C. Review of shop drawings D. Two (2) Set of Mylars for record storage Task - 6: Utility Assembly (UA) Review 6.1. Utility Assembly (UA) Review — A requirement of the Comprehensive Development Agreement (CDA) between TxDOT and the Developer with regards to utility relocation is the requirement for the Developer to provide TxDOT a Utility Assembly Package. The CITY is provided the opportunity to review the package and provide comments regarding the utility relocations. Because the actual number of UA Review's has not been determined the ENGINEER will budget for twenty (25) ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 7 OF 22 Reviews. The reviews will consist of examination and comment on the following items provided by the Developer: A. Master Utility Adjustment Agreement (MUAA) B. Exhibit Al which includes: 1. Utility Design Plans 2. Utility Opinion of Probably Construction Cost 3. Utility Specifications 4. Utility Abandonment Documents and Exhibits C. Affidavit of Property Interest D. Utility Joint Use Acknowledgement E. Utility Assembly Checklist F. TxDOT ROW Maps G. Utility Manager "No -Conflict" sign off form H. Letter from Utility Owner committing to quitclaim property interest when vacated I. Utility Adjustment Agreement Amendment (UAAA) 6.2. Deliverables: A. Provide Utility Assembly Review comment letter to CITY. One (1) letter for each Utility Assembly review, not to exceed twenty five (25) in this contract period. Task - 7: Supplemental Utility Design 7.1. Conceptual Design (30 Percent) — Because the scope of actual utility relocation design needed for the project is not defined the ENGINEER will develop the design for 1,000 linear feet of water line relocation and 1,000 linear feet of sanitary sewer line relocation. A. 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 planned future improvements that the ENGINEER is made aware and may influence the project ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, local agencies, City Master Plans, and property ownership as available from the Tax Assessor's office. B. Subsurface Utility Engineering: 1. Provide Subsurface Utility Engineering (SUE) to Quality Level D, as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. 2. 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. ATTACHMENT "A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 8 OF 22 3. 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. 4. Review records for evidence or indication of additional available records; duplicate or conflicting information; need for clarification. 5. Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. C. Geotechnical Investigations: Perform a geotechnical analysis of the boring site utilizing a qualified geotechnical laboratory to determine subsurface conditions. Provide recommendations regarding foundation design parameters. The geotechnical analysis will include the following: 1. Subsurface exploration: a.) Four (4) bores up to 30-ft deep 2. Laboratory tests for classification purposes and strength characteristics. a.) Moisture content and soil identification b.) Percent passing #200 sieve c.) Liquid and plastic limit determinations d.) Unconfined compression tests on soil e.) Unconfined compression tests on rock f) Unit weight determinations g.) Absorption pressure and/or one -point pressure swell tests 3. The geotechnical report will present the results of the field and laboratory data as well as analyses and recommendations. The data contained in the geotechnical report w ill be made available to contractors for information purposes. The report w ill address: a.) General soil and ground water conditions b.) Comments on general soil and rock excavation c.) Earthwork and Trench recommendations d.) Lateral Earth Pressure for Blocking D. Schematic Design: Provide Horizontal schematic alignment of proposed improvements in a GIS format that can overlay the CITY's aerial or CITY's block map. Schematics shall identify: 1. Survey limits 2. Existing and proposed right-of-way ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 9 OF 22 3. Existing property lines 4. Streets including pavement type 5. Existing and proposed easem ents 6. Franchise Utilities: Existing utilities gathered within the project limits. 7. CITY Utilities Existing CITY utilities gathered within the project limits. 8. Water and sanitary sewer proposed improvements 9. Water or sanitary sewer service line relocations on private property, as required. E. Easements: Identify the need for the CITY to obtain permanent or temporary construction easem ents. Provide an exhibit that identifies: 1. Location 2. Type of easement 3. General limits of the easement 4. Property owner as identified by the Tarrant County Appraisal District F. Phasing: Indicate on the schematic and/or provide a narrative to communicate proposed construction phasing of water and sanitary sewer improvements. The information provided should i nclude: 1. Phasing issues to meet CITY customer needs 2. Phasing to meet water or sanitary sewer system tie-in (shutdown or by- pass pumping needs) 3. Phasing to reduce traffic or other construction re fated impacts G. Surface Restoration: Identify pavement type. Coordinate with CITY TPW Department to determine limits of: 1. Permanent asphalt patch 2. Temporary asphalt patch 3. Concrete panel replac ement 4. Concrete patch 5. Street reconstruction 6. Street overlay H. Opinion of Probable Construction Cost (OPC C) 1. Prepare an opinion of probable construction cost. Line item cost should be based on CITY standard bid items. I. Site Visit: 1. The ENGINEER will visit the proposed route with the City Project Manager to compare field observations to the schematic drawings. J. Deliverables: 1. Two (2) copies of the conceptual design schem atic will be delivered for each project. Drawings will be full size (22' x 34') plan sheets. ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 10 OF 22 2. One (1) PDF Copy of the Conceptual Design Schematic uploaded to Buzzsaw for each project. 3. One (1) Copy of the Opinion of Probable Construction Cost (OPCC) for each project. K. Conceptual Design Review Meeting: 1. Conduct one (1) review meeting with the CITY to review conceptual design and receive com ments from the CITY. 2. Conduct one (1) review meeting with the CITY and Developer to review conceptual design and receive comments from the Developer 7.2. Preliminary Design (60 Percent) — Complete Preliminary Design based on information developed or obtained dur ing Task 5.1 Conceptual Design. A.Design Survey: Surveying service shall be performed by Registered Professional Land Survey Licensed in the State of Texas. Surveying shall included: 1. Survey shall be within the right-of-way only. 2. Property Research a.) Research property owners and obtain copies of subdivision plats, ownership deeds and easements 3. Temporary Right of Entry a.) Prepare Temporary Right of Entry in conformance with the checklist and the template available on The CITY's Buzzsaw site b.) Prior to entering private property for survey, prepare; mail; and obtain Temporary Right of Entry from landowners. c.) Notify the City of any land owners that refuse to grant temporary right of entry d.) Maintain copies of all executed Temporary Right of Entry letters on the CITY's Buzzsaw site. 4. Control: Provide project control including: a.) Establish horizontal control based on NAD 83 and vertical control based on the CITY vertical control monuments. b.) Set temporary bench marks located so they will not be destroyed during design or constru ction. 5. Perform topographic survey to collect horizontal and vertical elevations and other information needed to design and prepare plans for the project including the followings a.) Right -of -Way 1) Property corners and establish ROW and Property lines 2) Existing easements 3) Paving 4) Back and top of Curb ATTACHMENT' A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 11 OF 22 5) Curb Gutter 6) Edge of Curb 7) Edge of pavement 8) Pavement transitions: brick, asphalt and concrete 9) Concrete valley gutters 10) Sidewalk 11) Driveways 12) Barrier free ramps b.) Traffic 1) Traffic Signal Pole 2) Traffic Signal Mast Arms 3) Signal controllers and foundations 4) Signal pull boxes 5) Signs 6) Illumination poles and pull boxes c.) Storm Water 1) Inlets 2) Junction structures 3) Culverts 4) Headwalls 5) Swales 6) Channels 7) Rip -rap d.) Franchise Utilities 1) Electric (i) Power Poles with Guy Wires (ii) Underground Electric (iii) Manholes (iv) Transformers (v) Switches 2) Gas (i) Buried gas mains and services (ii) Manholes (iii) Above ground structure s (iv) Meters within ROW or easements ATTACHMENT' A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 12 OF 22 (v) Gas line marker signs 3) Telephone and Cable (i) Buried cable lines (it) Buried fiber lines (iii) Risers (iv) Manholes (v) Pull boxes e.) Water 1) 2) 3) 4) 5) 6) 7) 8) P ipe lines Valves and valve vaults Service lines Meters and meter boxes and vaults Air release valves, vents, and vaults Blow -off valves and vault Fire lines S ampling stations f.) Sanitary Sewer 1) 2) 3) 4) g.) Trees 1) 2) P ipe lines Manholes Cleanouts S ervice lines Caliper Trees larger than 4inches in diameter Canopy B.Subsurface Utility Engineering (SU E): 1. The SUE shall be performed in accordance with Cl/ASCE 38-02. 2. Four different levels of SUE are identified. The following is a description of each level of SUE used on this project. a.) Level D — Collect level D as part of task 5.1.B. Subsurface Utility Engineering of this scope of services. b.) Level C 1) Field locate and obtain horizontal position of visible utility surface features for all of the utility systems described within Level D. c.) Level B (2,000 linear feet) ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 910312009) PAGE 13 OF 22 1) Indicate by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, includi ng electromagnetic, sonic, and acoustical techniques. d.) Level A (4 locations) 1) Location (Test Hole) Services: Locating the horizontal and vertical position of the utility by excavating a test hole using vacuum excavation techniques and equipment. In performing locating (test hole) services ENGINEER will: (i) Excavate test holes to expose the utility to be measured in such a m anner that insures the safety of the excavation and the integrity of the utility to be measured. Excavations will be performed using specially developed vacuum excavation equipment that is non-destructive to existing facilities. If contaminated soils are discovered during the excavation process, the ENGIN EER will notify the CITY. ()i) Obtain x,y and Z information at each test hole. C. Survey Drawings- Prepare AutoCAD Drawings for the following containing the information gathered in Task 5.2.A. Design Survey and Task 5 2.B. Subsurface Utility Engineering (SUE). 1. Project Control Sheet, showing Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: a.) The following information about each Control P oint; 1) Identified (Example: CITY Monument #8901, PK Nail, 5/8" Iron Rod) 2) X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base Z coordinates on CITY Datum only. 3) Descriptive Location (Exam ple: 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) 2. Existing Conditions Drawing a.) Prepare an AutoCAD Drawing at a Scale of not less than 1:400 containing the Survey information obtained in Task 5.2.A. Design Survey and Task 5.2.B. Subsurface Utility Engineering (SUE). 3. Deliverables a.) One (1) copy of field survey data and notes signed and sealed by a licensed surveyor. b.) Drawing of the project layout with dimensions and coordinate list. D. Preliminary Design Drawings: Preliminary Design Drawings will include the following Sheets: ATTACHMENT 'A* TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 14 OF 22 1. Cover Sheet 2. Control Points and Benchmarks in accordance with Task 5.2.A. Design Survey Services. 3. Overall Location M ap of Permanent and Temporary Easements: Identify each easement and the corresponding property owner information 4. Overall water and/or sanitary sewer abandonment sheet(s) 5. Overall Project Water and/or Sanitary Sewer Layout Sheets: The water layout sheet shall use the CITY's GIS map as a base, and shall identify: a.) Proposed water main improvement b.) Existing water mains in the vicinity c.) Proposed sewer main improvement d.) Existing sewer mains e.) Valves f.) Fire Hydrants g.) Pressure plane boundaries h.) Water tanks, i.) Pump stations j.) Manholes 6. Plan and Profile Sheet General Layout: Each plan and profile sheet shall contain: a.) Existing conditions as identified in Task 5.2.A. Design Survey. b.) City standard border c.) City water and sewer project number d.) North arrow e) Graphic scale f) Engineers Preliminary Seal g.) No less than two bench marks per plan/profile sheet h.) Sheet general notes and sheet notes 7. Preliminary Water Plan and Profile Sheets: Water lines shall be designed in accordance with the City of Fort Worth Design Standards for water lines, and in accordance with TCEQ requirements as depicted in Chapter 290 of the TAG. Plan and Profile Sheets shall include proposed. a.) Water lines: plan view only (water lines 8 inches and smaller) b.) Water lines: plan and profile (water lines 12 inches and larger) c.) Water line sizes d.) Water line grades for 12-inch and larger e.) Fire hydrants ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 15 OF 22 f.) Water service lines and meter boxes g.) Valves and valve vaults h.) Air release valves, vaults, and vents i.) Blow -off valves and blow -off valve manholes j.) Sample stations k.) Water services and size I.) Make provisions to reconnect all water service lines which connect directly to any main being replaced. m.) Locations where water services will require relocation across private property due to the location of the proposed water main relative to the existing water main. n.) The number and location of water services where relocation is significant and will require a detail as part of Task 5.3. Final Design. o.) Temporary water service locations p.) Fire lines q) Casing limits and size r.) Connection to existing Water lines s) Isolation Valves t.) Identify connection to existing main that will require project specific details to be completed in final design u.) Proposed limits of the utility trench and pavement removal and replacement 8. Preliminary Sanitary Sewer Plan and Profile Sheets: Wastewater lines shall be designed in accordance with the City of Fort Worth Design Standards for wastewater lines, and in accordance with TCEQ requirements as depicted in Chapter 217 of the TAC. Plan and Profile Sheets shall include proposed a.) Sanitary sewer lines: plan and profile b.) Manholes and Junction Structures c.) Sewer line sizes d.) Sewer line grades e.) Sewer service lines and sizes 1) Make provisions to reconnect all wastewater services lines which connect directly to any main being replaced. 2) Identify locations where wastewater services will require relocation across private property due to the location of the proposed wastewater main relative to the existing wastewater main. ATTACHMENT' A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 16 OF 22 3) Identify the number and location of services where horizontal and vertical information of the existing service line is sufficient to provide a detail as part of the Task 5.3. Final Design. 4) Identify the number and location of services where horizontal and vertical information of the existing service I ine is not sufficient and the detail shall be provided as part Task 7 Construction S upport Services. b.) Connections to existing sewer lines c.) Identify structures that will require special details in final design d.) By-pass pumping locations e.) Casing limits and size f.) Proposed limits of the utility trench and pavement removal and replacement E. Stakeholder Meetings: Conduct stakeholder meetings during preliminary design when design of the proposed improvements directly affects the property owner's operations Assume two (2) meetings. F. Tunneling/HD D 1. Prepare trenchless alignments which include entry and exit locations, equipment layout, and other site constraints for the following trenchless crossings a.) Assume One (1) 24-inch water carrier pipe by 500 linear feet crossing of the proposed roadway. b.) Assume One (1) 24-inch sanitary sewer carrier pipe by 500 linear feet crossing of the proposed roadway. G. Constructability Review and Site Visit 1. Prior to the prelim inary design review meeting with the CITY, schedule and attend a project site visit with the CITY Project Manager and Construction personnel. Prepare meeting notes capturing the CITY's comments from the site visit. H. Utility Clearance: 1. Coordinate 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 utilities and other facilities that have an impact or influence on the project Design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible, consider potential future utilities in designs 2. Upload one (1) set of the approved prelim inary construction plans to Buzzsaw for the CITY's Utility Coordinator to forward to all utility companies which have facilities within the limits of the project I. Opinion of Probable Construction Cost: (OPCC ) ATTACHMENT' A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/200,3) PAGE 17 OF 22 1. Prepare an opinion of probable construction cost updated to reflect preliminary design. Line item cost should be based on CITY standard bid items. J. Deliverables: 1. One (1) full size (22' x 34") plans will be uploaded to Buzzsaw for Utility Clearance for each project. 2. Three (3) sets of full size (22" x 34") drawings and electronic PD F. Versions will be delivered for Constructability Review and Preliminary Design for each project. 3. Opinions of probable construction cost inc luding bid items and quantities using the CITY s standard bid items and format for each project. K. Preliminary Design Review Meeting: L. Conduct a review meeting with the CITY to review Preliminary Design and receive comments from the CITY. 7.3. Final Design (90 Percent Plan) and Final Construction Doc uments (100 Percent Plans) Upon approval of the Preliminary Plans, ENGINEER will prepare construction plans as follows: A. Preliminary Design Comments: 1. Incorporate comments from Task 5.2.D. Preliminary Design from the CITY as well as Utility Clearance in the Final Design Documents. B. Final Design (90 Percent Plans) Construction Plans to include the sheets listed in Task 5.2.D. Preliminary Design plus the additional information or sheets as follows: Each plan sheet shall be sealed, dated and signed by an Engineer licensed in State of Texas with appropriate Firm Registration Number. 1. Cover Sheet 2. Index Sheet: If the index is not included on the cover 3. General Notes: a.) CITY's General Notes as found on Buzzsaw. b.) Project Specific Notes: Add notes, as req uired, to meet the specific needs of the project. 4. Plan and Profile Sheets: (estimated 6 Sheets) In addition to the information identified in Task 5.2.D. Preliminary Design, the following information should be added to the Plan and Profile sheet to communicate the design. a.) Stationing for proposed water and sewer lines b.) Noting of Design Features - Plan: 1) Stationing of the feature 2) Name of Feature 3) X and Y NAD 83 coordinates 4) Reference to appropriate CITY Standard Details, or Project Specific Details ATTACHMENT 'An TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 18 OF 22 c.) Noting of Design Features — Profile: (i) Stationing of the feature (ii) Name of the feature (iii) Elevation in the Profile (at 50' intervals) (iv) Provide flow line elevations for sewer lines (v) Provide top of pipe elevations for water lines (vi) Reference to Standard or Project Specific Details d.) Pavement Restoration 1) Indicate the limits of pavement removal and replacement in accordance with CITY Pavement Replacement Policy. Limits should reflect all improvements which require pavement cuts including: (I) Water and sanitary sewer lines (ii) Structures. manholes, vaults and others (iii) Service lines (iv) Abandonment of existing utilities 2) Indicate the type of patch to be performed and reference the appropriate standard detail. e.) Backfill: Indicated the type and locations of the design trench backfill f.) Water Pipe Line Restraint: If the water line is designed to have restrained joints, calculate and indicate on the plan and pr ofile sheets the designed sections that are to be restrained (1 pipe type) g.) Cathodic Protection: Design and Indicated the Iocations of: 1) Test Stations 2) Anode Ground Beds 3) Isolation Flanges and Isolation Test Stations 4) Tunnel or Cased Test Station Isolation h.) By Other than Open Cu t (BOTC): (2 BOTC) Design tunnel/bore including casing/tunnel liner plate minimum thickness and inside diameter, shafts, allowable methods, control of ground water, and appropriate tolerances with the chosen method.. Indicate the following on the plan and profile sheets: 1) Casing or Tunnel Line Plate Thickness 2) Jacking Shaft and Receiving Shaft Location i.) Water Services: Provided the following on the plan and profile sheets ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/03/2009) PAGE 19 OF 22 1) Water Service Table: Include the station of the service, the action to be taken on the service, meter box type, service size meter size, and the meter number associated with each service 2) Temporary Water Service: Indicate locations which will require temporary service 5. Standard Details: Incorporate Standard Detai Is into the construction plans as required by the project scope 6. Project Specific Details: Prepare project specific details a.) Water 1) Connections to Existing Transmission Mains: (estimate 4 Details) Prepare details where existing water transmission mains will be cut into to connect a new pipe line or where ductile iron and steel - based pipe lines will be tied together. 2) Cathodic Protection (estimate 3 Sheets) Provide cathodic protection system design and details b.) Wastewater 1) By -Pass Pumping: (estimate 2 by-pass pumping Set-ups) Provide size, and details for by-pass pumping 2) Manhole Junction Structures (estimate 3 Structures) Provide manhole junction structure structural design and details 7. Traffic Control Plans(TCP): a.) TCP: Prepare (4 Sheets) based on the UMTCD and the CITY's Standard details. b.) CITY Standard Details: Incorporate City Standard detail sheets in the Construction plans and required. c.) Project Specific Details. (16 Details) Prepare Specific Traffic Control Details as required by the project. C. Final Design Project Manual: Prepare a project manual in accordance with the CITY's standards as found on the CITY's Buzzsaw site. Prepare the following according to the require ments of the project. 1. Division 01: Modify/complete Division 01 requirements for inclusion in the project manual and in accordance w ith the requirements of the project 2. Division 02-49 Modify/complete Division 02-49 requirements for inclusion in the project manual and in accordance with the requirements of the project 3. Appendix: Include the following with Project Manual Appendix. a.) Easements b.) Permits c.) Geotechnical Investigation d.) Paving Cores ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 910312009} PAGE 20 OF 22 A. Opinion of Probable Construction Cost (OPCC) 1. Prepare an opinion of probable construction cost updated to reflect Final Design. The OPCC should separate the cost based on CITY fund account numbers: water, sewer, storm water, and streets. Line item cost should be based on CITY standard bid items. B. Stakeholder Meetings: Conduct stakeholder meetings during Final Design when the proposed improvements directly affect the property owner's operations. C. CITY Plan Review Submittals 1. Pavement Removal and Replacement Submit Plans to the CITY's TPW department for review of proposed pavement removal and replacement. 2. Traffic Control Plans: Submit Plans to the CITY s TPW department for review of proposed pavement removal and replacement. D. Construction Plan Review Meetings 1. Constructability Review: (1 Meeting) Conduct review meeting with CITY Project manager and the CITY Inspector to receive comments 2. Water Operational (1 Meeti ng) Conduct review meeting with Water Department Field Operation valve c rews and with Water Production to review system shut down requirements. 3. Wastewater Operational (1 M eeting) Conduct review meeting with Water Department Field Operation wastewater personnel to review impacts on the wastewater system and to review proposed by-pass pumping. E. Construction Documents: Based on the various meetings and reviews revise the final design plans and project manual to produce the Final Construction Documents. F. Deliverables: 1. Five (5) Sets of Half Size (11X17) 90% Construction Plans for Pavement Review and Traffic Control Review. 2. Six (6) sets of full size (22" x 34") 90% C onstruction Plans for Field Ops review. 3. Electronic PDF Version of 90% Construction Plans and Project Manual will be delivered for Constructability Review for Developer 4. Opinions of probable construction cost including bid items and quantities using the CITY s standard bid items and format. 5. One (1) Mylar Cover Sheet for Signatures by CITY. 6. Five (5) sets of full size (22' x 34") 100% Construction Plans and Project Manual for Developer construction. A. Electronic Version of 100% Construction Plans and Project Manual will be delivered as the As -bid set Construction plans will be in DWF and PDF format and the Project Manual will be in PDF format. ATTACHMENT *A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 910312009} PAGE 21 OF 22 Task - 8: Water and Sanitary Sewer Design Criteria Prepare CITY's water and sanitary sewer design Criteria Data C ollection: 8.1. Outline — Prepare an outline of Design Criteria to be modified 8.2. Document Control — Prepare format and document control so that the criteria are consistent with the nomenclature and format of the recently revised construction standards. 8.3. Design Criteria Modification — Prepare Drafts Design Criteria as directed by City. Draft criteria will include draft preparation, review with appropriate City Staff , Revisions and publishing criteria on the City's Buzzsaw site ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 9/0312009} PAGE 22 OF 22 ATTACHMENT "B" Compensation I. Professional Engineering Services For all professional engineering services included in ATTACHMENT 'A", the CITY agrees to pay the ENGINEER on a cost plus maximum basis. The total amount of the contract will not be exceeded without a modification to this agreement, however, any task may be exceeded as long as the PROJECT total is not exceeded. Recommend budgets are as follows: Task 1 — Program Management Task 2 — Conflict Analysis along I-35W Task 3 — Director Com munication Task 4 — Design Analysis Task 5 — Construction S upport Services Task 6 — Utility Assembly (UA) Review Task 7 — Supplemental Design Task 8 — Water and Sanitary Sewer Design Criteria Total compensation to be paid to the ENGINEER will not exceed $197,800 $148,600 $10,000 $36,400 $40,000 $19,200 $196,700 $50,000 $698,700 II. Basis for Compensation The CITY will compensate the ENGINEER for the various items listed above on a reimbursable basis, where the total contract am ount may not be exceeded without an amendment, task budget may be exceeded. Labor fee will be billed at 3.5 times the salary cost. Direct reimbursable expenses such as express delivery services, fees, air travel, subconsultant expenses, printing, and other direct ex penses will be billed at 1.10 times cost. Other expenses such as in-house duplicating, local mileage telephone calls , facsimiles, postage, word processing and technical use of computers shall be included as part of the labor rate multiplier Administrative time related to the project may be billed hourly. All permitting, application, and similar project fees that are not identified specifically in the scope of services shall be paid directly by the CITY. Fees will be invoiced monthly based on the actual amount of service performed and expenses incurred. The ENGINEER will provide backup to the invoice that is a breakdown of the fees based on task and CITY department. Payment will be due within 25 days of your receipt of the invoice. EXHIBIT "B-1" M/WBE Summary Scope for Program Management and Support Services for the North Tarrant Express Segment 3A Project (135-W, North Loop-820 to 1-30) Task Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Task 7 Task 8 Total Description Program Management Conflict Analysis I-35W Director Communication Design Analysis Construction Support Services Utility Assembly (UA) Review Supplemental Design Water and Sewer Design Criteria M/WBE Subconsultant Gorrondona & Associates, Inc. V&A Consulting Engineers, Inc. Total Non-M/WBE Subconsultant Total Fee M/WBE (%) $197,800 $148,600 $10,000 $36,400 $40,000 $19,200 $196,700 $74,000 $50,000 $698,700 $74,000 (11%) Services Survey, Easements, SUE and Geotechnical Cathodic Protection Services Fee $59,000 $15,000 $74,000 Fee $0 This attachment is provided for informational purposes only to show the projected plan to meet the M/WBE goal of 10%. The actual dollars paid by the ENGINEER to M/WBE subconsultants 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 used may vary. Program Manaaement and Support Services for the North Tarrant Express Seament 3A Proiect (I35-W. North Loop-820 to 1-30) Exhibit B-2 Professional Services Fee A. SUMMARY OF TOTAL FEE Senice Description Engineering Services Suney Fee Total Fee B. BREAKDOWN OF WATER AND SEWER FEES (Less Survey Fees) Water $319,350 $30,000 $349,350 Sewer $319,350 $30,000 $349,350 1. Total Water Fee (less Survey Fees) Breakdown by Concept, Preliminary and Final Design a. Concept (30%) b. Preliminary (60%) c. Final (10%) (Total Water Fee - Survey Fees) x (0.3) (Total Water Fee - Survey Fees) x (0.6) (Total Water Fee - Survey Fees) x (0.1) • $95, 805 $191,610 $31,935 $319,350 2. Total Sewer Fee (less Survey Fees) Breakdown by Concept, Preliminary and Final Design a. Concept (30%) b. Preliminary (60%) c. Final (10%) (Total Sewer Fee - Surrey Fees) x (0.3) (Total Sewer Fee - Suney Fees) x (0.6) (Total Sewer Fee - Surrey Fees) x (0.1) $95, 805 $191,610 $31,935 $319,350 Total $638,700 $60, 000 $698,700 EXHIBIT B-3 Professional Services Payment Request Project Manager: 'John Kasavich Project: North Tarrant Express Segment 3A City Project #: 02011 City Sec Number: 125942 company mama: IKimley-Horn and Associates, Inc. Consultant's PM: Vendor Invoice #: Payment Request #: From Date: To Date: Invoice Date: John Atkins Sheet Work Type 1 Water Work Type 2 Sewer Work Type 3 Work Type 4 Work Type 5 Work Type 6 Consultant Instructions: Summary Fill in green cells including Invoice Number, From and To Dates and the Included worksheets. When your Invoice Is complete, save and close, start Buzzsaw and Add your Invoice to the Consultant folder within Project's folder. email: Ilohn.atkins(o kimiey-hom.com Office Address:I8o1 Cherry St. Unit 11 Suite 950, Fort Worth, TX 76102 Telephone: �(817) 335-6511 Fax: (817) 335-5070 Remit Address:jP,O. Box 951640, Dallas, TX 75395-1640 FAC and Work Type Description Totals This Payment Request LOCK UNLOCK Agreement Agreement Amendment Amount to Completed Percent ($) Invoiced Current Remaining Amount Amount Date Amount Completed Previously Invoice Balance 8349, 350.00 $349, 350.0c 8349, 350.00 8349, 350.00 5349,350.0c 8349, 350.00 $698,700.00 8698, 700.00 $698,700.00 Overall Percentage Complete: EXHIBIT B-3A Professional Project: City Project #: Work Type Desc: FIA/C: City Sec Number. Purchase Order: Services Payment Request North Tarrant Express Segment 3A 02011 Water 25942 Company Name: Kimley-Horn and Associates, Inc. Consultant's PM: Vendor Invoice #: Payment Request #: From Date: To Date: Invoice Date: Pay Items 31 - Conceptual Design 32 - Preliminary Design 33 - Final Design 51 - Preliminary Survey John Atkins Description Totals This Unit: Project Manager. John Kasavlch Consultant Instructions: Fill in green cells including Percent Complete and Invoiced Previously Quanities When your Invoice Is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folder within Project's folder. email: John.atkins@kimley-horn.com Office Address: 801 Cherry St, Unit 11 Suite 950, Fort Worth, TX 76102 Telephone: (617) 335-6511 Fax: (817) 335-5070 Remit P.O. Box 951640, Dallas, TX 75395-1640 Agreement Amendment Amendment Amount Number Amount $95,805.001 S191,610.0¢ $31,935.06 530,000.00 S349,350.00 Agreement Amount to Completed Date Amount $95,805.05 $191,610.k $31,935.0 $30,000. C $349,350,00 Overall Percentage Complete: Percent Completed ($) Invoiced Current Previously Invoice Remaining Balance $95,805.00 $191,610.00 S31,935.00 530,000.00 S349,350,00 EXHIBIT B-3B Professional Project: City Project #: Work Type Desc: F/AIC: City Sec Number: Purchase Order: Services Payment Request North Tarrant Express Segment 3A 02011 Sewer Company Name: Consultant's PM: Vendor Invoice #: Payment Request #: From Date: To Date: Invoice Date: Pay Items 31 - Conceptual Design 32 - Preliminary Design 33 - Final Design 51 - Preliminary Survey Submitted by: 25942 Kimley-Hom and Associates, Inc. John Atkins Description Totals This Unit: Project Manager: John Kasavich Consultant Instructions: Fill in green cells including Percent Complete and Invoiced Previously Quanitles When your Invoice is complete, save and close, start Buzzsaw and Add your Invoice to the Consultant folder within Project's folder. email: John,atkins©kimiey-hom.com Office Address: 801 Cherry St. Unit 11 Suite 950, Fort Worth, TX 76102 Telephone: (817) 335-6511 Fax: (817) 335-5070 Remit P.O. Box 951640, Dallas, TX 75395-1640 Agreement Amendment Amount Number $95,805.00 $191,610.00 $31,935.00 $30,000.00 $349,350,00 Amendment Amount Agreement Amount to Completed Date Amount $95.805.0 $191,610.00 $31,935.9s $30,000. C, 5349,350,00 Overall Percentage Complete: Percent Completed ($) Invoiced Current Previously Invoice Remaining Balance $95,805.00 S191,610.00 S31,935, 00 S30,000.00 $349,350,00 NTE Segment 3A Contract Task Task Task Task Task Task Task Task 1 Program Management 2 Conflict Analysis I35W 3 Director Communication 4 Design Analysis 5 Construction Support Services 6 Utility Assembly (UA) Review 7 Supplemental Design 8 Water & SS Design Criteria Total Contract MWBE Goal = 10% Supplemental Basic Services Services $ 197,800.00 $ 148,600.00 $ 10,000.00 $ 36,400.00 $ 40,000.00 432,800.00 $ 19,200.00 $ 196,700.00 $ 50,000.00 $ 265,900.00 KHA Staff Roles: Glenn Gary, P.E. - Senior Oversight and Council, Stakeholder Communication Carl DeZee, P.E. - Quality Control and TxDOT, Developer Communication John Atkins, P.E. - Project Manager Jeni Tatum, P.E. - Design Standards Project Manager Ryan Owen, P.E. - Meeting Support and Document Control Scott Arnold, P.E. -Traffic Control Devan Shields -Technical Support and Production Josh Kercho - Design Standards Technical Support and Production Emily Dondzila - Design Standards Production Josh Harper - Account Manager Jennifer Johnson - Administration Labor $ 195,500.00 $ 142,800.00 $ 9,500.00 $ 36,400.00 $ 39,500.00 $ 18,600.00 $ 112,600.00 $ 48,000.00 $ 602,900.00 Cost Breakdown Expense $ 2,300.00 $ 5,800.00 $ 500.00 $ 500.00 $ 600.00 $ 10,100.00 $ $ 2,000.00 $ 21,800.00 $ MWBE % _ SBE Total Fee $ 197,800.00 $ 148,600.00 $ 10,000.00 $ 36,400.00 $ 40,000.00 $ 19,200.00 74,000.00 $ 196,700.00 $ 50,000.00 74,000.00 $ 698,700.00 11% itInn Kimley-Horn Mill 1 and Associates, Inc. Project Workplan Budget General Project Information Client: City of Fort Worth Project: NTE Seg 3A Progm Mgmt KHA No: PM: JRA Task Description and Budgeting Personnel Task Descriptions: Task la - Project Administration - based on 14 rmt 1 . MWBE monthly reporting (2hr/rmth) 2. Monthly invoices (2hr/mnth) 3. Process Payments to Developer A. Meeting w/Cty, Developer create process Meeting prep Documentation B. Standard Inwice&Backup Development C. Venfication meeting w/City, Developer Meeting prep Documentation D. Monthly Activity (4hrs/mnth) (includes invoice & backup data) Administration (6tr/mnth) Subtdals: Task Cost/Effort Subtotals (Snows) Cost Effort: Labor: Expense: Allocation: TOTAL: $ 33 000 $ 600 $ 33,600 5 Date: September 1, 2012 Task Information Number: Name: Task Mgr: la Project Admin RDO 0 :NA P8 1 -is 3 JRA P6 14 14 3 CTD RO P6 P4 DJS P2 JEH B1 JLJ N5 -f F 1 < SubTtl Comp (Hrs) (Firs) 28 28 9 3 14 14 7 7 2 6 8 2 4 6 3 3 3 9 2 4 6 4 4 14 42 56 28 56 84 8 80 6 67 14 70 245 0.6 2.0 4.1 14.9 0.3 1.2 2.2 8.1 0.3 1.2 1.6 5.7 Exp ($) $ 140 $ 140 $ 100 $ 100 480 Lbr Comp Exp 9.1 33.0 0.5 0.5 K:1FTW_Marketing\Fat_Worth\2012-A-FWWD-RFP\Criticai-Program-Managements\PPP1Scope\wks12012-10-16-final-version\NTE3A Ffje 2 of 7 prgm_mgmt-v8.ids Printed: 10/16/2012, 1Q05 AM flKimley-Horn and Associates, Inc. Project Workplan Budget General Project Information:. Client: Project: KHA No: PM: City of Fort Worth NTE Seg 3A Progm Mgmt JRA Task Description and. Budgeting Personne Task Descriptions: Task lb - Meetings - based on 14 mnths (56 wks) 1. City bi-weekly mtg (28 mtgs) A. Meeting prep B. Meeting notes and dstribution 2. Developer mtgs (28 mtgs) A. Meeting prep B. Meeting notes and distribution 3. Other stakeholder mtgs (10 mtgs) A. Meeting prep B. Meeting notes and distribution Example: USACOE, TRWD, TRVA, FTW-T, FWWR, UPRR Subtotals: Task Cost/Effort Subtotals moos) Cost: Effort: Labor: Expense: Allocation: TOTAL: $ 85 200 $ 800 $ 86,000 5 5' Date: September 1, 2012 Task Information Number: Name. Task Mgr: 1b Meetings RDO oe I: GA P8 14 JRA P6 56 28 CTD RO DJS P6 P4 P2 14 56 28 28 JEH B1 JLJ F N5 subTu Comp IHrs) IHrs) 140 56 28 14 56 56 126 14 28 28 70 28 28 10 20 20 50 10 10 20 10 10 g 52 84 128 264 528 3.6 13.0 4.3 15.6 6.8 24.6 8.8 31.9 Exp ($) $ 280 $ 280 $ 100 660 Lbr Comp Exp 23.6 85.1 0.7 0.7 K:\FTW_Marketing\Fort_Worth\2012 A-FWWD-RFP\Critical-Program-Managements\PPP\Scope\wks\2012-10-16-final-version\NTE3A Edge 3 of 7 prgm_mgmt-v8ads Printed: 10/16/2012, 1Q05 AM Kimley-Horn and Associates, Inc. Project Workplan Budget General Project. information Client: Project: KHA No: PM: City of Fort Worth NTE Seg 3A Progm Mgmt JRA Task Description andBudgeting, Personnel: Task Descriptions: GAG P8 i Task lc - Document Control - based on 14 mnths (56 wks 1. Buzzsaw site development 2. Buzzsaw management coord (3hrs/mnth) 3. Buzzsaw permission coord (1hr/mnth) 4. Buzzsaw file system development Senior oversite (1hr/wk) 5 24 JRA CTD P6 P6 *ask. Effort-Sutrimary Labor: Expense: Allocation: TOTAL: C9�+÷` �o+ o QAV' P OQ%Q, o34 5�` RO DJS P4 P2 $ 20,300 $ 200 $ 20,500 Q- ds off, �P �o JEH JLJ B1 N5 Date: September 1, 2012 Task Information Number: Name: Task Mgr: 1c Document Control RDO S . God! SubTtl Comp (Hrs) (Hrs) Exp ($) 4 15 14 28 14 5 15 Subtotals: 29 23 Task Cost/Effort Subtotals ($000's) Cost: Effort: 2.0 7.3 1.2 4.3 72 2.4 8.7 19 42 14 25 24 124 • • • $ 100 $ 100 Lbr Comp Exp 5.6 20.2 0.1 0.1 K:\FTW_Marketing\Fort_Worth\2012-A-FWWD-RFP\Critical-Program-Managements\PPP\Scope\wks\2012-10-16-final-version\NTE3AFraige 4 of 7 prgm_mgmt-v8.xts Printed: 10/16/2012, 1Q05 AM .Kimley-Horn and Associates, Inc. Project Workplan Budget General Project Information Client: Project: KHA No: PM: City of Fort Worth NTE Seg 3A Progm Mgmt JRA Task Description and Budgeting :.: Personnel: Task Descriptions: (5 GAG P8 Task 1d - Schedules - based on 14 meths (56 wks) 1 . Overall NTE3A w&ss relocate schedule A. Schedule development B. Schedule updates (b1-monthly) 8hrs/mnth C. Coordinate w/ Ciy (bl-monthly) 2hrs/mnth I D. Coordinate w/ Developer (bi-monthly) 2hrs/m ith E. QC schedule updates (1/hr/mnth) Senior oversite Task .Effort Su itla Labor: Expense: Allocation: TOTAL: 0•91++ eta '`,r�o�ti' JRA CTD RO P6 P6 P4 5 14 7 7 7 0 es 5 DJS P2 10 30 42 7 7 1 $ 18,800 $ 300 $ 19,100 5 Date: September 1, 2012 Task Information Number: 1d Name. Management Schedules Task Mgr: RDO • o co Js• SubTtl Comp (Hrs) (Hrs) Exp ($) 45 56 14 14 7 7 7 Subtctais:j 7 33 7 10 86 Task Cost/Effort Subtotals (s000's► Cost 0.5 1.7 Effort: 1.81 6.1 0.4 1.3 0.3 1.2 2.3 8.41 1 143 $ 200 200 Lbr Comp Exp 5.2 18.8 0.2 0.2 K:\FTW_Marketing\Fort_Worth\2012-A-FWWD-RFP\Critical-Program-Managements\PPP\Scope\wks\2012-10-16-final-version\NTE3A FTAte 5 of 7 prgm_mgmt-v8.xls Printed: 10/16/2012, 1Q05 AM I. Kimley-Horn . and Associates, Inc. Project Workplan Budget General Project Information Client: Project: KHA No: PM. City of Fort Worth NTE Seg 3A Progm Mgmt JRA Task Description and. Budgeting Task Descriptions: 0` Personnel: GAG P8 bask Effort Stimtnar5r Labor: Expense: Allocation: TOTAL: o 1� 0 ts $ 38,200 $ 400 $ 38,600 ` c ,jr JRA CTD RO DJS JEH JLJ P6 P6 P4 P2 B1 N5 P O� 0 Task le - Misc. issue resolution - based on 14 mnths 1 . Rwdyw&ss conflict resolution A. Coord w/ Cly (5hrs/mnth) B. Coord w/TxDOT & Developer (8hrs/mnth) Project Manager coordination (3hrs/mnth) Senior oversite (2hrs/mnth) 17 53 37 75 42 18 o+' Date: September 1, 2012 Task Information Number: Name. Task Mgr: le Issue Resolution RDO •m cp SubTtl Comp (Hrs) (Hrs) Exp ($) 70 112 42 18 • • Subtotals: 18 42 54 128 Task Cost/Effort Subtotals (S000's) Cost: 1.3 Effort: 4.5 2.2 7.8 2.9 4.3 10.4) 15.5 242 $ 100 $ 200 300 Lbr Comp Exp 10.6 38.1 0.3 0.3 • K:\FTW_Marketing\Fort_Worth\2012-A-FWWD-RFP\Critical-Program-Managements\PPP\Scope\wks\2012-10-16-final-version\NTE3A Rfftle 6 of 7 prgm_mgmt-v8.xls Printed: 10/16/2012, 1005 AM MIMEI Klmley-Horn and Associates, Inc. Project Workplan Budget General Project Information Client: City of Fort Worth Project: NTE Seg 3A Cnflct Anal I35W KNA No: PM: JRA Task Description and Budgeting;. Personnel: Task Descriptions: Task 2 -Conflict Analysis 1. Ultimate I35W Schematic review 2. Utiity conflict concpt layout I35W 75 conflicts, 62,900 LF 75 Packets - (12 hrs/packet) Each conflict packet includes: A. conflict schematic 8. easement ID C. schedule D. site visit F. OPCC 3. I35W - conflict QA/QC (1 hrper packet) IMP 4. CDA review 5. MUAA review 6. CDA/MUAA review mtg (City, TxDOT) 7. CDAIMUAA review mtg (City, Developer) Senior Oversite Subtotals: Task Cost/Effort Subtotals moots) Labor: Expense: Allocation: TOTAL: O\�a ' O Qc co PS 61 ' eCI 0 $ 142,800 $ 5,800 $ 148,600 4Pt aP Date: September 1, 2012 Task Information Number: 2 Name. Conflict Analysis I35W Task Mgr: RDO %O • Jti cosc`g GAG JRA CTD RO DJS JEH P8 P6 P6 P4 P2 B1 10 20 20 225 675 1 JLJ N5 Suet! Comp (Hrs) (Hrs) 50 900 r I I I, 11 1 1 38 38 - 76 2 51 10 17 2 5 - 10 17 4 4 8 4 4 8 14 14 1 64 2451 46 40 695 1090 Cost 4.4 Effort: 16.0 12.6 45.5 2.4 8.8 1.3 18.7 4.81 67.5 Exp ($) $ 5,000 $ 100 $ 100 $ 5,200 Lbr Comp Exp 39.5 52 143 5.7 K:\FTW_Marketing\Fort_Worth12012-A-FWWD-RFP\Critical-Program-Managements\PPP\Scope\wks\2012-10-16-final-version\NTE3A FTatte 2 of 3 conflict_analysis_I35W-v8.xls Printed: 10/16/2012, 1002 AM MINIM Kimley-Horn ®and Associates, Inc. Project Workplan Budget General Project Information Client: City of Fort Worth Project: NTE Seg 3A Council Stakehldr Cc KHA No: PM: JRA Task Description and. Budgeting.. Task Descriptions: Task 3 - Director Communication Labor: Expense: Allocation: TOTAL: 9,500 500 10,000 At" CrJP,09�' )� P� %le/ 0 Personnel: GAr JRA CTD RO DJS JEH JLJ P8 P6 P6 P4 P2 B1 N5 2. Director/City Council Updates (2 per year) A. progress wnte up B. schedule write up C. Eibit production D. Attend meetings (2) QC documentation Senior Oversite Subtotals: Task Cost/Effort Subtotals (soon) Cost: Effort: 2 10 Date: September 1, 2012 Task Information Number: Name. Task Mgr: 3 Director Comm CTD 0 Nt 4e co '7 SubTtl Comp (Hrs) (Hrs) Exp ($) 12 4 5 2 2 4 4 5 I I I I I 10 2 10 I I I I_ I 12 14 12 I I 1 I 1 itt 1 I I ,- L 91 0.6 2.3 10 0.5 1.9 9I 0.5 1.7 221 0.7 2.7 101 0.3 1.0 I I I I I 60 I Lbr 2.6 9.5 Comp $ 100 $ 100 $ 200 $ 400 0.4 K:\FTW_Marketing\Fort Worth12012-A-FWWD-RFP\Crtical-Program-Managements\PPP\Scope\wks12012-10-16•finai-version\NTE3A File 2 S 3 Director Communication-v8.xis Printed: 10/16/2012, 1000 AM Kimley-Horn ® I 1 and Associates, Inc. Project Workplan Budget General Project Information Client: Project: KHA No: PM. City of Fort Worth NTE Seg 3A Design Analysis John Atkins Task Description and. Budgeting Personnel Task Descriptions: Task 4 - Design Analysis 1. Developer Plan Reviews (6 sets) 2 Plan Review Coordination City (6 meetings) City, Developer and TxDOT (6 meetings) QC Senior Oversite i slt Effort Sumtas Labor: Expense: Allocation: TOTAL: P 0QQ- v p O GAG JRA CTD RO P8 P6 P6 P4 10 60 12 12 12 12 10 ts -3 ge $ 36,400 $ 36,400 v lig 0 Q'-•O r0�, et DRK JEH JLJ P2 B1 N5 120 1 1 1 Date: September 1, 2012 Task Information Number: Name: Task Mgr: 4 Design Analysis JRA • y.�o Az Gov Sub7tt Comp (Hrs) (Hrs) Exp ($) 180 24 24 10 10 Subtdals: 10 84 34 Task Cost/Effort Subtotals ($000's) Cost: Effort: 0.7 2.5 4.3 15.6 1.8 6.5 120 3.2 11.7 248 $ Lbr Comp Exp 10.1 36.3 KAFTW_Marketing\Fort_Worth12012-A-FWWD-RFP\Critical-Program-Managements\PPP\Scope\wks\2012-10-16-final-version\NTE3A Pratte 2 of 3 Design_analysis-v8.xls Printed: 10/16(2012, 9:57AM • KimleyHorn and Associates, Inc. Project Workplan Budget General Project Information Client: City of Fort Worth Project: NTE Seg 3A Const Sprt Ser KHA No: PM: JRA Task Description and Budgeting Task Descriptions: Services per relocaton Labor: Expense: Allocation: TOTAL: O Q 40 5• o O O 1 $ 39,500 $ 500 $ 40,000 J Personnel: GAG JRA CTD RO DJS JEH JLJ P8 P6 P6 P4 P2 B1 N5 Task 5 - Construction Support Services 1. Price Negociation for Betterment w/ Lbv. Meeting prep Meeting with City & Developer Documention 2. Precon Meeting and prep (4) 3. On -site observations (4trs/month) 4. Progress meeting (2hrs/mtg/month) 5 Submittal reviews A. shop drawings (45 items) B. other submittals (20 items) 6. Substitution evaluations (5) 7. RFI process (5) 8. Final Walk Through (1) 9. Record Survey Coordination 10. Record Drawings Senior Oversite Subtotals: Task Cost/Effort Subtotals moots) 2 4 2 2 2 1 2 12 12 24 24 et et ff, Date: September 1, 2012 Task Information Number: 5 Name. Const Support Services Task Mgr: JRA • .o Go' SubTO! Comp (Hrs) (Hrs) Exp ($) 6 6 3 72 4 2 5 16 10 16 8 8 1 60 ( 36 18 75 5 1 1 10I 40 5 10 5 10 ( 1 55 16$ 16 2 2 4 2 2 1 2 3 10 10 12. 35 12 89 174 322 Cost: 0.8 Effort: 3.0 1.8 6.5 0.6 2.3 3.0 4.7 10.71 16.9 100 $ 150 $ 100 $ 100 $ 450 Lbr Comp Exp 10.9 39.5 0.5 0.5 K:\FTW Marketing\Fort_Worth\2012AA-FWWD-RFP\Critical-Program-Managements\PPP\Scope\wks\2012-10-16-final-version\NTE3A Ffije 2 of 3 Const_Suppat_Services_Sup46.xls Printed: 10/1612012, 9:55AM Ami Kimley-Horn 111111LA and Associates, Inc. Project Workplan Budget General Project Information Client: City of Fort Worth Project: NTE Seg 3A Util Assmbly Rvw KHA No: PM: Task Description and Budgeting Personnel: Task Descriptions: Task 6 - Utility Assembly review Utility assembly reviews (25) - (4hrs/review) 1. Review items Exhibit A hcludes: A. Unity Design Plans - KHA provide B. Utdty Est (OPCC) - KHA provide C. Utdity Spec (Prj Manual) - KHA provide D. Utility Abandonment Docs & Exhbts - review 2. Affidavit of Property Interest 3. Utility Joint Use Acknowledgement 4. UtiityAssembly Checklist 5. TxDOT ROW Maps 6. Utility Manager' No -Conflict' sign off form 7. Other required items A. Utility Owner quitclaim prop interest vacated B. Alternate Procedure List (UAAA) QC review (.5hrs/review) Senior Oi ersite Subtotals. Task Cost/Effort Subtotals(s000's) Cost: Effort: (Effort Siairimar Labor: Expense: Allocation: TOTAL: $ 18,600 $ 600 $ 19,200 4 �O GP Qkt. SQ 0 to Q(411' O S •SP GAG JRA CTD RO DJS JEH JLJ P8 P6 P6 P4 P2 B1 N5 co 25 75 4' Date: September 1, 2012 Task Information Number: 6 Name: Utility Assembly Review Task Mgr: RDO ..o • 0 CP SubTtl Comp (Firs) (Firs) Exp ($) 100 1 151 15 I I ! 15 15 15 25 15 75 , 130 1.0 1.3 3.8j 4.6 0.8 2.9 2.0 7.3 500 $ 500 Lbr Comp Exp 5.1 18.6 0.5 0.6 K:\FTW_Marketing\Fat Wort\2012-A-FWWD-RFP\Critical-Program-Managements\PPP\Scope\wks\2012-10-16•final-version\NTE3A Rabe 2 of 3 UtilityAssembly review-v8.x1s Printed: 10/16/2012, 952 AM � Kimley-Horn ® and Associates, Inc. Project Workplan Budget General Project Information Client: Project: KHA No: PM: City of Fort Worth NTE Seg 3A Sup Design John Atkins Task Description andBudgeting. Personnel Task Descriptions: (Design Facilities out side TxDOT ROW) Task 7a - Conceptual Design 1. Data Collection 2 SUE Level D 3. Geotech 4. Concept Design Package A. Cover Sheet 8. Exhibits C. Alternative design concepts (2 alter) D. Phasing Narrative E. Document Design Considerations F. OPCC 5. Ste visit 6. Deliverables 7. City Review meeting (1 mtng) QC Senior Oversite Subtctals: Task Cost/Effort Subtotals moots) Cost: Effort: -k `1 as kit Effbrt SUmmar. Labor: Expense: Allocation: TOTAL: de ei` GAG JRA CTD RO P8 P6 P6 P4 $ 31,600 $ 16,200 $ 47,800 Nt co Ne DRK JEM JLJ P2 B1 N5 JP 10 20 5 10 MWBE sub consultant 1 2 15 40 2 15 40 1 5 10 2 5 10 5 10 4 4 2 10 20 2 2 10 10 5+ O+ Date: September 1, 2012 Task Information Number: Name. Task Mgr: 7a Conceptual Design JRA 4 SubTU Comp (Hrs) (Hrs) Exp ($) 30 15 $ 14,000 3 55 57 16 17 15 8 $ 200 32 $ 500 4 1 101 10 I I 1 I j I 10 7 12 771 I 1661 II I 1 ( ( 272 0.7 2.5 0.4 1.3 0.6 2.3 2.6 9.3 4.5 16.1 $ 14,700 Lbr Comp Exp 8.7 31.5 14.7 16.2 • KAFTW Marketing\Fort Worth\2012-A-FWWD-RFP1Critical-Program-Managements\PPP\Scope\wks\2012-10-16•final-version\NTE3A Rafe 2 of 5 Supplemental_Design-v8.xis Printed: 10/16/2012, 9:52AM • Kimley-Horn and Associates, Inc. Project Workplan Budget General Project Information Client: Project: KHA No: PM: City of Fort Worth NTE Seg 3A Sup Design John Atkins Task Description and: Budgeting H ask Effort SitjYmar Labor: Expense: Allocation: TOTAL: 0 $ 43,300 $ 50,300 $ 93,600 Personnel: GAG JRA CTD RO DRK JEH JLJ Task Descriptions: (Design Facilities out side TxDOT ROW) Task 7b - Preliminary Design 1. Surrey and SUE 2. Preliminary Design Drawings A Cover Sheet (1) B Control and Benchmarks (1) C Overall Location Map (1) D Overall water & ss abandonments (2) E Overall project layout sheets (2) G Water design sheets H SS design sheets 3. Stakeholder meetings A. local business (2) 4. Constructability Review A. City 8. TxDOT, Developer 5. Franchise Utility Clearance 6.OPCC 7. Deliverables 8. Easement Documents QC review Senior Oversite P8 P6 P6 P4 P2 B1 N5 MWBE sub consgitant 1 1 1 1 20 20 5 4 5 5 5 80 80 8 8 4 4 3 3 3 2 5 5 MW&E sub consultant 20 10 4 3 4 101 10i 1 Date: September 1, 2012 Task Information Number: Name. Task Mgr: 7b Prelim Design JRA SubTtl Comp (Hrs) (Hrs) Exp ($) $ 30,000 5 5 6 6 6 100 100_ 16 $ 200 12 12 6 15 15 20 10 Subtctals:11 13 711 27 1 2231 Task Cost/Effort Subtotals (soon) Cost Effort: 0.9 3.3 3.7 13.2 1.4 5.2 6.0 21.7 1 1 1 1 334 500 15,000 $ 45,700 Lbr Comp Exp 12.0 43.3 45.7 50.3 K:\FTW_Marketing\Fort_Wort\2012 A-FWWD-RFP\Critical-Program-Managements\PPP\Scope\wks\2012-10-16-tinal-version\NTE3A Raie 3 of 5 Supplemental_Design-v8.As Printed: 10/1612012, 9:52AM srmin Kimley-Horn ® and Associates, Inc. Project Workplan Budget Generai.Project Information Client: Project: KHA No: PM: City of Fort Worth NTE Seg 3A Sup Design John Atkins Task Description.and. Budgeting Personnel Task Descriptions: (Design Facilities out side TxDOT ROW) Task 7c - Final Design 1. Anal Design Drawings A. Cover Sheet (1) B. Control and Benchmarks (1) C. Overall Location Map (1) D. Overall water & ss abandonments (2) E. Overall project layout sheets (2) G. Water Design sheets H. SS Design sheets 2 Stakeholder meetings A. local business (1) 3. Geotech 4. Cathodic Protection 5. Traffic Control Plan sheets 6. Ccnstructabiltty Review ACity B. TxDOT, Developer 7. Franchise Utility Clearance 8. Prc ect Manual 9. OPCC 10 Deliverables QC review Senior Oversite Subtotals: Task Cost/Effort Subtotals moots) Cost Effort: ask Effort Surninarya. Labor: Expense: Allocation: TOTAL: $ 37,700 $ 17,600 $ 55,300 P Q` k + + ÷� PQ`' At. +\91Opt. o P o. 0 5 GAG JRA CTD RO DRK JEN JLJ P8 P6 P6 P4 P2 B1 N5 20 20 2 2 IMWBE consultant 2 2 r 2 2 2 In preliminary 10 1 2 10 6 1 2 2 2 2 2 50 50 2 2 2 20 21 101 JP BRAE P5 I 43 Date: September 1, 2012 Task Information Number: Name: Task Mgr: 7c Final Design JRA .40 wo co co SubTtl Comp (Hrs) (Hrs) Exp ($) 2 2 2 2 2 70 70 6 1 8 59 16 0.6 2.0 3.0 0.9 11.61 3.1 148 4.0 14.4 i 43 2.0 7.3 1 274 $ 15,000 1,000 $ 16,000 Lbr Comp Exp 10.4 37.7 16.0 17.6 K:\FTW_Marketing\Fort_Worth12012 A-FWWD-RFP\Criticai-Program-Managements\PPP\Scope\wks\2012-10-16•final-version\NTE3A i ache 4 of 5 Supplementai_Design-v8ids Printed: 10/16'2012, 9:52AM ®—fl Kimley-Horn and Associates, Inc. Project Workplan Budget General. Project Information Client: Project: KHA No: PM: City of Fort Worth NTE Seg 3A Design Stds JRA Task Description..and Budgeting Task Descriptions: Task 8- Design Standards KHA staff Personnel: GA Labor: Expense: Allocation: TOTAL �� 441 //i`51 '� J Gceo O ic ct JRT JK ED JLJ P8 P6 P4 P2 N5 30 50 150 150 15 $ 48,000 $ 2,000 $ 50,000 N. s Nib Date: September 1, 2012 Task Information Number: Name: Task Mgr: 8 Design Standards JRT • ,o SubTtl Comp (Hrs) (Hrs) Exp ($) 395 1 1 Subtotals: 30 50 150 150 Task Cost/Effort Subtotals (soon) Cost Effort: 2.1 7.5 2.7 9.6 4.2 15.0 4.0 14.6 15 0.3 1.2 395 $ 1,800 $ 1,800 Lbr Comp Exp 13.3 48.0 1.8 2.0 K:1FTW MarketinglFort Worth12012-A-FWWD-RFP\Criticai-Program-Managements\PPP\Scope\wks\2012-10-16-final-version\NTE3A FTage 2 of 3 Design_Standards sup-v8.)ds Printed: 10/16(2012, 9:40AM ATTACHMENT "C" Amendments to Standard Agreement No modifications to the Standard Agreement were necessary for this project. ATTACHMENT "D" Schedule The contract period for this initial phase of the North Tarrant Express (NTE) Segment 3A is twelve (12) months. The ENGINEER will begin the basic services Tasks 1 through 3 upon notice to proceed from the CITY. The ENGINEER will begin supplemental Tasks 4 through 8 upon receiving a specific work request for the CITY. ATTACHMENT "E" LOCATION MAP MAYOR AND COUNCIL COMMUNICATION MAP 6ONTESEG3A-KHA Pc • w E LONG AVE ORTN TARRANT �:'' E3fPRESS SEGMEII -PROPOSED WATER UNE SEWER UNE FORT WORTH WAFER M&C Review Page 1 of 2 Official site of the City of Fort Worth, Texas UNCIL AGENDA Thr _. 1 I _SI. COUNCIL ACTION: Approved on 10/23/2012 DATE: 10/23/2012 RFFERENCE NO.: **C-25942 LOG NAME: 6ONTESEG3A-KHA • TYPE: CONSENT PUBLIC NO CODE. C HEARING: SU 3JECT: Authorize Execution of an Engineering Agreement with Kimley-Horn and Associates, Inc., in the Amount of $698,700.00 for Design Oversight and Project Management Services on North Tarrant Express Segment 3A, Interstate 35W from Interstate 820 to Interstate 30 (COUNCIL DISTRICTS 2, 8 and 9) I-i u I I cl -II .. 1-1 I I- - I❑ _"LL irJuI it JIr4U Ala I III ., ■ it a IaCdd i -- — — — I —' RECOMMENDATION: It is recommended that the City Council authorize the execution of an engineering Agreement with Kimley-Horn and Associates, Inc., in the amount of $698,700.00, for design oversight and project management services on North Tarrant Express Segment 3A on Interstate 35W from Interstate 820 to Interstate 30. DISCUSSION: On June 23, 2009, Texas Department of Transportation (TXDOT) entered into a 10-year Agreement with North Tarrant Express Mobility Partners (NTEMP) to identify and construct highway improvements in northeastern part of Tarrant County including portions of the Interstate 35W, Interstate 820 and Interstate 183 corridors within the City. As NTEMP continues to expand the highway project, additional engineering and project management services are required for the North Tarrant Express Segment 3A project.Tasks to be performed include: 1. Project meetings with the City, stakeholders, contractors, other consultants and citizens. 2. Plan reviews of drawings provided by the contractor or other engineers. 3. Project management. 4. Construction support services including attend preconstruction meetings, on -site observations, construction progress meetings and shop drawing reviews. 5. Engineering design services. Kimley-Horn and Associates, Inc., proposes to perform these tasks for a lump sum fee in the amount of $698,700.00. Staff considers this fee to be fair and reasonable for the scope of services proposed. Kimley-Horn and Associates, Inc., is in compliance with the City's M/WBE Ordinance by committing to 11 percent M/WBE participation.The City's goal on this project is 10 percent. In addition to the contract amount, $80,000.00 (water - $40,000.00, sewer - $40,000.00) is required for project management and inspection by Staff. This project is located in COUNCIL DISTRICTS 2, 8 and 9, Mapsco 49F, 49L, 49Q, 49X, 63B, 63F, 63P, 63T and 63X. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. http ://apps . cfwnet. org/council_pacicet/mc_review. asp?ID=17493 &council... 11 /13/2012 MSC Review Page 2 of 2 TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 6ONTESEG3A-KHA MAP.pdf FROM Fund/Account/Centers P275 531200 702170201131 P275 531200 702170201132 P275 531200 702170201133 P275 531200 702170201151 P265 531200 602170201131 P265 531200 602170201132 P265 531200 602170201133 P265 531200 602170201151 Fernando Costa (6122) S Frank Crumb (8207) John R. Kasavich (8480) $95,805.00 $191.610.00 $31,935.00 $30,000.00 $95.805.00 $191,610.00 $31.935.00 $30,000.00 http ://apps . cfwnet. org/council packet/mc_review.asp?ID=17493&council... 11/13/2012