Loading...
HomeMy WebLinkAboutContract 49556-A2 FiEC;FiI%%-_ CSC No.49556-A2 JUL 171 2020 AMENDMENT No. 2 CITY OF FORT WORTH CITYSECRETARY TO CITY SECRETARY CONTRACT No. 49556 WHEREAS, the City of Fort Worth (City) and Burns & McDonnell Engineering Company, Inc., (Consultant) made and entered into City Secretary Contract No. 49556, (Agreement) which was authorized by M&C C-28288 on the 20th day of June, 2017 in the amount of$400,000.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of$1,500,000.00 which was authorized by M&C C-28764 on August 1, 2018; and WHEREAS, the Agreement involves engineering services for the following project: Cromwell Marine Creek Road — City Project No. 101012; and WHEREAS, it has become necessary to execute Amendment No. 2 to the Agreement to include an increased scope of work and revised fee. NOW THEREFORE, City and Consultant, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the Agreement: 1. Article I of the Agreement is amended to include the additional engineering services specified in the proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $790,954.41. (See Attached Funding Breakdown Sheet). 2. Article II of the Agreement is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of$2,690,954.41. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of Fort Worth Professional Services Agreement Amendment Template !OFFICIAL '— CFW Official Release 9/19/2017(Revised 4.03.20) T. Page,of4 iRECORDITY SECRETARY EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth Consultant Burns & McDonnell Engineering ��� Companv. Inc. Dana Burghdoff(J 16,2020 :10CDT) Dana Burghdoff 'Scott Clark, P.E. Assistant City Manager Vice President DATE: Jul 16,2020 DATE: June 9, 2020 APPROVAL RECOMMENDED: William M. Johnson Director, Transportation and Public Works Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Cam', Alejandra Ayala, P.E. Senior Professional Engineer City of Fort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template CFW Official Release 9/19/2017(Revised 4.03.20) CITY SECRETARY Page 2 of 4 FT WORTH,TX APPROVED AS TO FORM AND LEGALITY: M&C: 20-0361 ()v0oL/og4 Date: Jul 15,2020 DBlack(Jul 16,2020 0821 CDT) Douglas W. Black Assistant City Attorney ATTEST: of ¢aRT Mary J. Kayser City Secretary City of Fort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template CFW Official Release 9/19/2017(Revised 4.03.20) CITY SECRETARY Page 3 of 4 FT WORTH,TX FUNDING BREAKDOWN SHEET City Secretary No. 49556-A2 Amendment No. 2 Department Fund-Account-Center Amount TPW 34018 - 0200431-5330500-101012-003930-9999 $790,954.41 Total: $790,954.41 City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017(Revised 4.03.20) Page 4 of 4 BURNS �MED ONNELL_ April 20, 2020 Ms. Alejandra Ayala, P.E. City of Fort Worth Department of Transportation and Public Works 1000 Throckmorton Street, Rm 2701 Fort Worth, Texas 76102 817-392-8883; Alejandra.Ayala@fortworthtexas.gov Re: Cromwell Marine Creek Road—City Project No. 101012 Amendment 2 to City Secretary Contract No. 49556 Ms. Ayala: Burns and McDonnell is pleased to submit a proposal in the amount of$1,783,376.02 for professional engineering services to develop final PS&E documents,provide bid and construction phase support, and prepare permits in support of the proposed improvements along Cromwell Marine Creek Road from Boat Club Road to Marine Creek Parkway. There is currently $992,416.61 remaining in our contract that when applied to the fee request reduces the amount of additional funds to $790,959.41. • Additional Funds=$1,783,376.02 - $992,416.61 =$790,959.41 Sincerely, Voi 4V Dennis R. Ingram, P.E. Project Manager Burns &McDonnell Engineering Company, Inc. (972)455-3121 /dringram@burnsmcd.com Enclosures: 1) Task Order 3 Proposal Documents 2) cc: BMcD Project File I-MONorth Rollos Parkway•Tower 11/Suite 700•Bollos,7)(75748 Al. 972-4SS--3100•Fax.• 972-30 4076•www.hymsmcdcom ATTACHMENT "A" AMENDMENT NO. 2 Scope for Engineering Design Related Services for Street Improvements along Cromwell Marine Creek Road from Boat Club Road to Old Decatur Road The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE Provide conceptual and final engineering design and analysis and opinion of probable construction costs and construction phases services associated with roadway improvements along Cromwell-Marine Creek Road from Boat Club Road to Marine Creek Parkway in north Fort Worth. This work consists of the development of revised design plans based on the master thoroughfare plan improvements within the project limits. Work under this task order includes project management, data collection, right-of-way research and acquisition, drainage assessment, design, and report. WORK TO BE PERFORMED Activity 1. Design Management Activity 2. Conceptual Design Activity 3. Preliminary Design Activity 4. Final Design Activity 5. Bid Phase Services Activity 6. Construction Phase Services Activity 7. ROW/Easement Services Activity 8. Survey and Subsurface Utility Engineering Services Activity 9. Permitting Activity 10. Plan and Submittal Checklists Activity 11. Quality Control/Quality Assurance ACTIVITY 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 26 1.2. Communications and Reporting • Attend three (3) project design review meetings with CITY staff. This includes one milestone review meeting for the revised layout concept, one meeting for 60% review, and one meeting for 90% plan review. • Conduct and document bi-weekly design team meetings. • Revise baseline Project Schedule and prepare monthly updates as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Prepare and submit monthly progress reports in the format provided by the respective CITY Department. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. ASSUMPTIONS • Work associated with the task order is assumed to last through development of the final 100% plans, bid phase services, construction and close out of the project. • Coordination meetings with CITY include preparation and follow up meeting minutes/notes. DELIVERABLES A. Meeting summaries with action items for milestone plan review meetings. B. Monthly invoices C. Monthly progress reports D. Revised baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form ACTIVITY 2. CONCEPTUAL DESIGN The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will utilize concepts and criteria contained in the current CITY iSWM Criteria Manual for Site Development and Construction for conceptual planning and design. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 2 of 26 ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. 2.2. Subsurface Utility Engineering (Refer to Section 8.3) 2.3. The Conceptual Design Package shall include the following: 2.3.1 Roadway Design • The ENGINEER shall prepare a schematic level roadway design alternative based on 130-ft of right-of-way (ROW)for the ultimate 6-lane MTP section and interim 4-lane between Boat Club Road and Cape Street. • The ENGINEER shall prepare a schematic level roadway design alternative between Cape Street and Marine Creek Parkway (MCP) based on the traffic study to be conducted at the MCB roundabout (RAB). • The ENGINEER shall present the alternative to the City for approval prior to starting the 60% Preliminary Design. 2.3.2 Traffic Engineering • The ENGINEER will conduct a traffic study at the Cromwell Marine Creek/Marine Creek Parkway(CMC/MCP) RAB to determine the appropriate cross section for the connector between Cape Street and the RAB and to determine if a 4-lane divided section is required. • The ENGINEER will conduct an Intersection Capacity Evaluations at Bowman Roberts Road and Huffines Boulevard to replace the proposed RABs with signalized intersection. 1) Traffic Data Collection will be performed for the time period from 6:00AM- 7:00 PM at the following locations: i. Cromwell Marine Creek Road w/Marine Creek Parkway ii. Cromwell Marine Creek Road w/Cape Street iii. Cromwell Marine Creek Road w/Bowman Roberts iv. Cromwell Marine Creek Road w/Huffines Boulevard 2) Design Year Traffic Forecast- Trip generation and NCTCOG data will be reviewed to determine an area growth rate to be utilized to evaluate opening year and design year traffic conditions. An assessment of adjacent undeveloped land will be performed to determine any immediate area land use changes. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 3 of 26 3) Traffic Analysis: ■ Existing Year(2020)Analysis—An existing year analysis will be performed by evaluating the existing study area operating conditions using the obtained traffic data and existing roadway geometry. This will be the baseline for comparison of future year analysis scenarios. ■ Opening Year Analysis (2023)—Opening year build and no build analyses will be performed by applying a to be determined area growth rate to existing volumes. ■ Design Year Analysis (2040)—A design year build and no build analyses will be performed by applying a to be determined area growth rate to existing volumes. ■ Traffic Study—A traffic study will be performed to determine the cross section for the connector between Cape Street and the Cromwell Marine Creek w/Marine Creek Parkway RAB. The study will evaluate unbalanced and 4-lane divided roadway sections to determine the most applicable long-term roadway geometry ■ Summary of Findings—The ENGINEER shall prepare a memorandum of findings to document all performed analysis. The report will contain a tabulation of operating conditions to include level of service, delay, capacity and 95th percentile queue length 2.3.3 Drainage Design: • Drainage Design: The ENGINEER will develop conceptual level storm sewer locations in support of development of revised conceptual roadway design alternative. • Culvert Design: The ENGINEER will develop revised conceptual level culvert layouts in support of the proposed revised roadway alternative. This work includes conducting a hydrology/hydraulic analysis and determining the sizing and placement of the proposed culverts and developing the associated drainage calculations and computations to confirm the design. o Existing culvert (2) designs at Bowman Roberts and Bob Hanger/Huffines will be modified to account for the additional lanes plus revisions to the construction phasing plan. o Design additional culverts (3) plus bridge crossing. o Bridge includes hydraulic design and scour analysis. o Storm drain for 2 miles of 6-lane arterial roadway. • The ENGINEER will prepare a revised hydrology report based on the revised bridge/culvert design and analysis. o Drainage study to include the design items listed above, built on the current study and revised at each submittal. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 4 of 26 o ENGINEER will complete and submit the City of Fort Worth Drainage Study submittal checklist (replaces iSWM checklists). 2.4. Construction Estimate: Opinion of Probable Construction Costs: • The ENGINEER shall prepare an estimate of probable construction cost based on the revised conceptual design described in Activity 2.3.1. ASSUMPTIONS • The roadway exhibit will include proposed horizontal roadway alignment, proposed/existing profile, existing and proposed ROW, existing and proposed sidewalks and driveways, and proposed lane dimensions and lane arrows. • ENGINEER shall not proceed with Design activities associated with this task order without written approval by the CITY. Traffic Engineering • Traffic analysis will be performed using Trafficware's Synchro and Sidra analysis software for intersection analysis evaluation. • The analysis will be performed in accordance with the evaluation criteria of the Highway Capacity Manual (HCM), 6th Edition. Conceptual Drainage Design and Analysis • Development of the drainage design and analysis will be advanced based on information prepared and/or gathered from Task Order 1 and Task Order 2. This includes information from the adjacent property developments of Western Ridge and Marine Creek Ranch. • All storm water calculations and design shall conform to the CITY current iSWM Criteria Manual for Site Development and Construction. DELIVERABLES A. Conceptual Design Package • Roadway concept level alternative exhibit • Opinion of probable construction costs B. Drainage Study ACTIVITY 3. PRELIMINARY DESIGN (60 PERCENT) Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows: 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally, on a scale of not less than 1:400. The following information shall City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 5 of 26 be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • SUE plan drawings • Drainage study submittal checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. • Updated existing and proposed typical section sheets. 3.1.1 Roadway Design • Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of vertical curves, grades, K values, e, and vertical clearances where required. • No less than two bench marks on the plan/profile sheet, when. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Overall project easement and ROW layout sheet(s). • Intersection layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and existing and proposed contours (0.50' intervals) • Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, and pavement details. 3.1.2 Traffic Engineering • The ENGINEER will prepare preliminary signing, pavement marking plans • The ENGINEER will prepare preliminary traffic signal design for the intersection of Bowman Roberts Road and Huffines Boulevard. 3.1.3 Traffic Control Plan: • The ENGINEER will update the Traffic Control Plan to reflect any changes as a result of the conceptual design submittal while also including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. 3.1.4 Illumination Plans: • The ENGINEER will conduct a photometric analysis to determine required street light placement in accordance with CITY requirements. The ENGINEER will investigate and identify the illumination power supply in coordination with utilities and CITY. The ENGINEER shall prepare the following: City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 6 of 26 o Illumination Plans and Details o Lighting Calculations (voltage Drops and Conduits) o Photometric Analysis and Exhibit o Illumination quantities 3.1.5 Drainage Design • The ENGINEER will develop preliminary level storm sewer and culvert design in support of the approved roadway design alternative. • ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of- way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Other frequencies as required by iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the CITY's current iSWM Criteria Manual for Site Development and Construction. All locations in the project area where 100-year runoff exceeds available storm drain and right-of-way capacities shall be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. • Storm drain layout sheets showing location and size of all inlets, manholes, junction boxes, culverts and piping to include storm drain profiles showing existing and proposed flow lines, flows, lengths and slopes of pipe, top of ground profile over pipe and connections to existing or proposed storm sewer systems. 3.1.6 Removal Plans: • The ENGINEER will develop removal plans comprised of existing items that must be removed to facilitate the construction of the proposed improvements. The removal plans shall only include the area within the proposed widening from Boat Club Road to Marine Creek Parkway RAB. The ENGINEER shall develop removal quantities and related general notes. 3.1.7 Landscape Plans • The ENGINEER shall advance the approved conceptual design and prepare preliminary landscape plans consisting of drawings and specification per City of Fort Worth standards. This work shall include one coordination meetings with CITY staff to review/discuss landscape design. These landscape enhancements plans shall include the following: o General Notes o Preliminary key map plan and general notes o Preliminary planting plans, gravel plans, and materials o Irrigation plans for main line layout, typical head layout for one typical valve section per head type, water meter and controller layout, general notes and City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 7 of 26 details. Full irrigation plans with laterals and head layout will be prepared at 90%. o Preliminary specifications o Tabulations and quantities 3.1.8 Water and Wastewater Relocation Plans • ENGINEER will develop water and wastewater line relocation plans to accommodate placement of the proposed storm sewer system and culverts between Bowman Roberts Road and Huffines Boulevard. 3.1.9 Bridge Design: • Once a bridge layout is approved, the ENGINEER shall perform final design of the selected alternative as follows: a. This scope is limited to the design of the bridge structure, which includes approach slabs, foundations, substructure, superstructure, slope protection under the structure. b. Based on preliminary studies, this scope provides for the design of a bridge widening from two lanes to six lanes with sidewalks on both sides. The bridge will be 201 feet in total length using three spans. Shoulder and sidewalk widths will be coordinated and will be incorporated into the bridge design. c. Aesthetic treatments will be limited to staining of the concrete and Texas Department of Transportation (TxDOT) rails. d. It is anticipated that the bridge will not need to accommodate support of any utilities. e. The bridge will be constructed in three phases. Phase one will be setting up a temporary barrier along the north side of the existing bridge and removing the existing rail and overhang. Phase two will be constructing the bridge widening and tying into the existing bridge. Phase three will be removing the temporary barrier and opening traffic to all lanes. f. The bridge is anticipated to be a typical span bridge with a concrete deck on prestressed concrete girder superstructure. A maximum of three preliminary layouts shall be prepared for consideration. g. Bridge plans will reference standard TxDOT Specifications for materials and construction except where City of Fort Worth design requirements override. h. Provide bridge foundation design. The ENGINEER shall perform preliminary design of the preferred foundation type based on the geotechnical recommendations. i. Provide substructure and superstructure detail design. The ENGINEER shall perform final, detailed design utilizing a conventional precast, prestressed concrete beam superstructure and conventional reinforced concrete bents with conventional substructures for all j. Produce summary tables of all bridge structure quantities, bearing seat elevations and control elevations. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 8 of 26 k. General guidelines for Structural Design: 1) The ENGINEER shall prepare the above described bridge layout and submit it to the CITY. The bridge layout shall be in conformance with TxDOT's Bridge Design Manual and Bridge Detailing Manual. No detailed design work is to be performed until the CLIENT has given the ENGINEER written approval of the Preliminary Bridge Layout. 2) The bridge foundation design shall be in accordance with TxDOT's Geotechnical Manual and Bridge Design Manual. 3) Structural design shall be performed using the AASHTO LRFD Bridge Design Specifications Eighth Edition. 3.2. Geotechnical Investigation/Pavement Design • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. As part of this work, the ENGINEER shall: a. Prepare a Boring Plan and Traffic Control Plan b. Stake borings c. Drilling coordination, logging, and pavement coring d. Review and prepare logs and testing • The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2005. o The geotechnical report shall include recommendations for pavement design and bridge foundation design. 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Public Meeting • After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location, prepare and mail the invitation letters to the affected customers. The ENGINEER shall coordinate with the CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. 3.5. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 9 of 26 approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 3.6. Construction Estimate: Opinion of Probable Construction Costs ASSUMPTIONS Preliminary Drainage Design and Analysis • Update H&H models/report • Update sheets drainage/H&H sheets, adding profile data to P&P sheets. • Add culvert drainage details, including riprap or other erosion protection. • Develop storm sewer plans and computations. • Develop longitudinal channel grading for outfalls. • Develop miscellaneous drainage details. • Provide existing drainage improvements (where needed). • Prepare drainage study submittal checklist. • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. Traffic Control Plan • Up to four(4) construction phases are assumed for construction of the project. • 2 sets of half size plans will be delivered for the 60% design. • 2 sets of specifications will be delivered for the 60% design. • DWF and PDF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • All submitted documents and checklists will be uploaded to the designated project folder in Buzzsaw • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • DWF sets of full size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 10 of 26 DELIVERABLES A. Preliminary Design drawings and specifications B. Drainage Study Submittal Checklist C. Utility Conflict Matrix D. Utility Clearance drawings E. Geotechnical Report (Draft and Final) F. Estimates of probable construction cost G. Public Meeting exhibits ACTIVITY 4. FINAL DESIGN (90 PERCENT AND 100 PERCENT) 4.1. Final Draft (90%) Plans and Specifications • Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: o Final draft construction plans (90%) including iSWM Construction Plan and specifications shall be submitted to CITY per the approved Project Schedule. o Final iSWM Checklist in accordance with the current iSWM Criteria Manual for Site Development and Construction. o The ENGINEER shall submit a final design opinion of probable construction costs design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. 4.2. Final (100%) Plans and Specifications • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%)to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. 4.3 Project Decision Log: Documentation of key design decisions. 4.4 Construction Estimate: Opinion of Probable Construction Costs • The ENGINEER shall submit a final design opinion of probable construction costs with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items ASSUMPTIONS Final Drainage Design and Analysis • Update H&H models/report calcs. • Update sheets and details as necessary • Update storm sewer& DA sheets City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 11 of 26 • Final iSWM checklist • Assume 2 meetings with B&M/city staff • 2 sets of 11 x1 7 size drawings and 1 specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 1 set of full size drawings, 2 sets of 11x17 drawings, and 1 specifications will be delivered for the 100% Design package. • A DWF file for the 100 % Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. DELIVERABLES A. 90% construction plans and specifications. B. Final iSWM Checklist C. 100% construction plans and specifications. D. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. E. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. o Contract documents shall be uploaded in a .xIs file. o Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. o Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The Awf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 12 of 26 • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders' questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders' questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and transmit addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings • Final Design Drawings shall be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file and DWF format. There shall be one (1) PDF file and one (1) DWF file (created from CAD application of drawing)for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053—org3.pdf and K-0320 org5.pdf II. Water and Sewer file name example — "X-35667—org36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 13 of 26 Example: X-12755 org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. • In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name—"W-1956—SHT01.dwg", "W- 1956—SHT02.dwg", etc. II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155—SHT01.dwg", "X-12755—SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • Sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • Sets of construction documents will be printed and made available for purchase by plan holders and/or given to plan viewing rooms. • Sets of full size or half size plans and specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed, if applicable) E. CFW Data Spreadsheet TASK 6. CONSTRUCTION PHASE SERVICES City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 14 of 26 ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • The ENGINEER shall attend monthly construction meetings. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from the Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 15 of 26 o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. • Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320 org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755 org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • Assume 1 year 6-month construction • 18 Site visits and construction meetings are assumed (1 monthly) • 5 Submittal reviews are assumed. • 5 RFI's are assumed. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 16 of 26 • 0 Change Orders are assumed. • One copy of full size (22"x34") mylars will be delivered to the City. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of submittals E. Final Punch List items F. Record Drawings ACTIVITY 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way, easements needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. • ENGINEER will obtain, review, and incorporate the final versions of the two developer plats (Western Ridge and Marine Creek Ranch). • ENGINEER will update prior research regarding ownership information. 7.2. Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • Includes effort to prepare up to six(6) anticipated new drainage easements. • Includes effort for ROW acquisition of up to ten (10) parcels. • Scope assumes that a waiver will be sought for areas where 130' ROW cannot be achieved due to existing single-family homes. • Scope assumes that ENGINEER will only show existing easements that contain known utilities as identified by available construction plans and/or SUE research. No chain-of-title research is included in this scope. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare, mail and obtain Temporary Right of Entries from landowners. It is assumed that letters will only be required City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 17 of 26 for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • Verify if the City will need to obtain a ROW waiver in the areas where the City cannot obtain 130-ft. • Up to four(4) coordination meetings are anticipated with Real Property. • Right-of-Entry notifications will be prepared for survey access. The ENGINEER shall prepare, mail and obtain Temporary Right of Entries from landowners. The ENGINEER shall track responses and compile a return list. • A working sketch on the project will be prepared and used for field locating the property monumentation and as a preliminary route map. DELIVERABLES A. Updated ROW/Easement CAD base map and sheets. B. Temporary Right of Entry Letters C. Right-of-Way Acquisition Exhibits ACTIVITY 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, tFees (measuFe GalipeF, ide„tify^••e Ga ROpy, and have qualified aFbeFist identify speGies of trooc)' and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. In addition to topographical survey (topo) gathered as part of previous task orders, ENGINEER will collect topo for recent construction related to the Marine Creek Ranch and Western Ridge developments, within and immediately adjacent to the proposed ROW. Additional topo collection between the Marine Creek bridge and Marine Creek Parkway is also included. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally, on a scale of not less than 1:400: City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 18 of 26 — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare, mail and obtain Temporary Right of Entry from landowners. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 8.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE)to Quality Level as described below. SUE shall be performed before design on all utilities and, to confirm proper relocation and clearance after utility relocation is complete, on relocated utilities. The location of relocated utilities as determined by SUE shall be shown in the construction plans. The SUE shall be performed in accordance with Cl/ASCE 38-02. Quality Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 19 of 26 • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B (includes tasks as described for Quality Level M • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Quality Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 20 of 26 ASSUMPTIONS Design Survey • Horizontal Control: Approximately 27 control points, sets of three at +/- 1500' interval. Horizontal values will be based on two 15-minute GPS observations on each control point and averaged. Project Combined Scale Factor will be based on these control points. Monuments will be of a material and type that are best suited for the specific location. ("X' cuts, PK Nails, iron rods). • Vertical Control: Vertical control will be based on City of Fort Worth monumentation in the vicinity of the project. • Property Corner Ties: All corners found will be located using either GPS/RTK or conventional methods. • All new monumentation set will be 5/8-inch iron rods with yellow plastic cap stamped PELOTON or PK Nails with washer stamped PELOTON unless otherwise directed. If directed to set other identifying markers, those markers will be supplied or will acquired by Peloton at an additional cost. • Traffic Control: Signs will be places at the beginning of the project and the end of the project each day. If the vehicle cannot be parked off street, then it will be placed in the most unobtrusive location and cones will be set out. Subsurface Utility Engineering (SUE) • The scope of SUE services includes Quality Level "B" SUE. Utilities to be designated include gas, telecommunications, electric, traffic signals, storm, water, sanitary sewer, and overhead utilities. • Limits of new SUE data collection includes the area within the Right-of-Way along Cromwell Marine Creek Road between Boat Club Road and Bowman Roberts Road and from South Chesterfield Drive and Marine Creek Parkway. • SUE data collected under the provisions of Task Order One (1) and Task Order Two (2)will be combined with SUE data collected under the provisions of this agreement. • Quality Level B includes aerial utilities City water&sanitary sewer, communication, gas, and petroleum pipelines and electric. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. C. SUE Data a. Utility base map CAD (Microstation)file depicting the type, and horizontal location of the existing/designated utilities. The size of each utility will be presented in the utility file if this information is indicated on available record drawings. b. SUE plan drawings sealed by a professional engineer registered in the State of Texas. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 21 of 26 ACTIVITY 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows 9.1. Texas Pollutant Discharge Elimination System Permitting System and Storm Water Pollution Prevention Plan • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. • Submit via electronic form submission a Notice of Intent (NOI) to TCEQ and attach completed SWPPP approximately 45 days before initiating ground disturbing activities. 9.1.1 Prepare Drainage Study Submittal Checklists (30%, 60%, 90%, Final Submittals) and floodplain development permit. 9.1.2 Prepare & Submit Letter of Map Revision (LOMR) • After construction is complete, the ENGINEER will collect as-built topographic survey of the revised floodplain area in the vicinity of the bridge along Marine Creek. Using this data, the ENGINEER will update the H&H models to reflect the grading and prepare and submit a LOMR application, including a narrative description, tables, figures, exhibits, and forms, to the CITY and FEMA for review. • This task includes addressing comments from each review entity and preparing property owner notifications and/or public notices as may be required. Fees for mailing or publishing public notices will be reimbursed by the CITY. • For LOMR submittals, FEMA requires the payment of a review fee prior to initiation of review. The review fee for this type of LOMR is currently either $8,000 or$8,250, depending on the submittal format (digital or hard copy, respectively). These fees are updated periodically, so the actual amount may be different at the time of submittal. A single check for the required amount, made payable to the "National Flood Insurance Program", respectively, shall be the responsibility of the CITY but will be transmitted to FEMA by ENGINEER along with the LOMR request. ENGINEER will determine the necessary submittal method after coordinating with the CITY floodplain administrator. 9.2. Texas Department of Licensing and Regulation (TDLR) • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. • Submit construction documents to the TDLR • Completing all TDLR forms/applications necessary City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 22 of 26 • Obtain the Notice of Substantial Compliance from the TDLR • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests 9.3. Texas Department of Transportation (TxDOT) Permit • Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permit. • Completing all TxDOT forms/applications necessary • Submitting forms/applications for CITY and TxDOT review • Submitting revised forms to TxDOT for agency review • Responding to TxDOT comments and requests. ASSUMPTIONS o Environmental Services— Not used/Required o Floodplain Services— Flood Plain Development Permit o FEMA LOMR (Letter of Map Revision). o Texas Department of Transportation (TxDOT) permit o Railroad Permit— Not Used/Required o Permit preparation will begin after approval of the Conceptual Design. o meetings are assumed with for the permit. DELIVERABLES A. iSWM 30% Checklist B. iSWM 60% Checklist C. iSWM 90% Checklist D. iSWM 100% Checklist ACTIVITY 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Traffic Water Water (Submit (Submit Storm Storm Lights /Sewer Traffic Control Control Control o 0 0 Attachment"A" Signal Engineering 30% 60/° 90/° Type (Submit All (Submit All @ 30%) 30% 60% All All @ @ 60%) Required for all work in City 30%% 60%) ROW City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 23 of 26 Street N/A X X X X. X X X X Storm Water X X X X X Water/Sewer X X X X *If included in street project ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. ACTIVITY 11. QUALITY CONTROL/QUALITY ASSURANCE. ENGINEER to provide to the City a Quality Control/Quality Assurance Plan (QC/QA Plan) outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. ENGINEER is responsible for and shall coordinate all subconsultant activity to include quality and consistency of plans. If, at any time, during the course of reviewing a submittal of any item it becomes apparent to the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may cease its review and return the submittal to the ENGINEER immediately for appropriate action. A submittal returned to the ENGINEER for this reason may be rejected by the CITY Project Manager 11.1. QC/QA of Survey and SUE Data • The ENGINEER's Surveyor shall perform Quality Control/Quality Assurance on all procedures, field surveys, data, and products prior to delivery to the CITY. The CITY may also require the ENGINEER's Surveyor to perform a Quality Assurance review of the survey and/or subsurface utility engineering (SUE)work performed by other surveyors and SUE providers. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 24 of 26 • ENGINEER's Surveyor shall certify in writing via a letter that the survey information provided has undergone a Quality Control/Quality Assurance process. • ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a letter that the SUE information provided has undergone a Quality Control/Quality Assurance process. 11.2. QC/QA of Design Documentation • ENGINEER shall perform a QC/QA review of all documents being submitted for review at all stages of the design including the 30%, 60%, and 90% and Final Document design review submittals. QA should be performed by an individual within the firm who is not on the design team. • ENGINEER is to acknowledge that each item on the Detailed Checklist has been included by checking "done" on the checklist. If a particular checklist item is not applicable, this should be indicated by checking "N/A". If an entire checklist is not applicable, this should be indicated by checking every item on the list as "N/A" and still included with the submittal. The ENGINEER shall use the Detailed Checklist provided by CITY. • A Comment Resolution Log must be used to document conflicting comments between reviewers and to highlight comments made by the CITY that the ENGINEER is not incorporating into the design documents along with the associated explanation. The ENGINEER shall use the Comment Resolution Log provided by CITY. • The documentation of a QC/QA review includes (1) a copy of the color-coded, original marked-up document (or"checkprint") developed during the QA checking process and/or review forms which sequentially list documents and associated comments; and (2) a QC sign-off sheet with signatures of the personnel involved in the checking process. Mark-ups may also be documented using the Comment Resolution Log. • Evidence of the QC/QA review will be required to accompany all submittals. Documentation shall include, but is not limited to, the following items: • PDF of the completed Detailed Checklists • PDF of the QC/QA checkprint of the calculations, plans, specifications, and estimates demonstrating that a review has been under taken; • PDF of previous review comments (if any) and the ENGINEER's responses to those comments in the Comment Resolution Log • If any of the above information is missing, is incomplete or if any comments are not adequately addressed; the CITY may contact the ENGINEER and request the missing information. If the ENGINEER does not respond to the request within 24 hours, the CITY shall reject the submittal. No additional time will be granted for a returned submittal. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 25 of 26 • If the ENGINEER has not adequately addressed the comments, the submittal shall be rejected and returned to the ENGINEER immediately to address the issues. ASSUMPTIONS • All submittals to the City will be Quality checked prior to submission. • A PDF of the QC/QA documentation will be uploaded to the project folder in Buzzsaw. • Test Verify if the City will need to obtain a ROW waiver in the areas where the City cannot obtain 130-ft. DELIVERABLES A. QC/QA Documentation. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 26 of 26 ATTACHMENT B COMPENSATION Design Services for Cromwell-Marine Creek Road City Project No. 101012 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2020 Rate 2021 Rate $/hour $/hour Project Director $245.31 $254.02 Project Manager $240.29 $248.82 Senior Engineer $199.33 $206.41 Project Engineer $173.65 $179.82 Designer $145.80 $150.97 Sr. Technician $125.80 $130.26 Engineer in Training $120.84 $125.13 Project Controls Specialist $126.54 $131.03 Administrative $77.66 $80.42 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Burns & McDonnell Project Management and $1,330,115.97 74.58 % Overall Design Package Development and Submittal Proposed MBE/SBE Sub-Consultants Peloton Drainage Design $314,590.00 17.64 % Topographical Survey ROW Documents The Rios Group Utility Data Collection 37,400.00 2.10 % Caye Cook& Landscape Design Services $62,546.25 3.51 % Associates Non-MBE/SBE Consultants ETTL Engineers Geotechnical Services $38,723.80 2.17 % TOTAL $ 1,783,376.02 100% Project Number & Name Total Fee MBE/SBE Fee MBE/SBE (101012) Cromwell Marine Creek Road $ 1,783,376.02 $ 377,136.25 21.15 % City MBE/SBE Goal = 25 % Consultant Committed Goal = 25 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 EXHIBIT "13-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 4 of 4 B-4 ! § k m - - - § k / u — aq � . m t k ! k I " z ReHcL \ 0 cl! ■ | | _ ; ; ; ci § § k ) JCL CO) c �6 E g ? � § � § ; ; § F . _ mo � ; � Z / o c E � - - - © 2 s ■ CD! § ƒ § . � . a 3 � _ ® - k | ! e ■ o — ) § 2 3 16 / \ ( § oo �_ § � } k 6« \ ) i { °a \ 2 « ■ W■ ., m m m . 2c ckkk B � 0R ■ 999 § ƒ Ek � � � aaa ° ° BBB cr � _ t { CD CL k999 f k � f ■ aa2 � § ■ 2 { { { ■ � � ! ® f � ■ = Uaaa a IL 2 § R | � v § � ! { i § ! ) ) e2 [ ` O _ ( a. � § § a#uE -Da� UZ ) r2k, � §§ I $ o o . E - zzz2 oE CD A o o§ kkkaU. Burns&McDonnell Engineering Company, Inc. (972)455-3100 (972)386-4026 Invoice Uallas FlarKway, I ower 2,Suite 700,Dallas,Texas P.O.Box 411883,Kansas City,MO 102809-x 75248 64141-1883 Consultant Project No. 102809 CFW Project Manager Alejandra Ayala Proj.Invoice No. x Invoice date: Consultant's Project Manager. Dennis Ingram Consultant's small. dringram@bumsmcd.com Period From Date To Date Name of Project: City Secretary Contract#: 49556 Cromwell-Marine Creek Road P.O.Number: PO-17-00100858 Labor Category Name Hours Rate /hr Amount Project Director 245.31 $0.00 Project Manager 240.29 $0.00 Senior Engineer 199.33 $0.00 Project Engineer 173.65 $0.00 Designer 145.80 $0.00 Sr.Technician 125.80 $0.00 Engineer in Training 120.84 $0.00 Project Controls Specialist 126.54 $0.00 Administrative 77.66 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Total Labor 0.0 $0.00 Subcontract Service Peloton Land Sollutions Ca ye Cook and Associates The Rios Group ETTL Subcontractor Subtotal $0.00 0 Percent Markup on Subcontract Services $0.00 Nonlabor Expenses Nonlabor Expense Subtotal $0.00 Total Expenses(Subcontract Services+Markup+Nonlabor Expenses) $0.00 TOTAL DUE THIS INVOICE $0.00 § kC u - W ; ] § .0 » � 8 kIL kL ! � © B \ k � >0 � CL \ kf | co k ` a ci w I § | sue & \ § ) Im E � ;ow 0 k2 § 3 0 } ® ; c � ; , k £ � E o ` ■ c � \ ° � ■ . .. @ . \ § ) j2 ff « 0r. | ! e ■ 71 / ! [ 22 & § \ 7 s ° ƒ k- - | tea § | E _ ck k ; k 2c 2 � LL \ . \ U ) , § 2 \ \ k � I 41 coE i k \ E� � /®� GJte7 EE ! S U § « I9m 'a a § . •• b L: § 2 $ � W � k0 ® . � . 2 I > � § ■ v � - ■ ■ � _ . ■ ■ � � EE C C # ok # � e § ; tee ■ IL ab ■ Lba L z u > aE » I a k /§ ■ 2 � kC J _ > \ E� _ K § CB CL ■ � § Ca = ] a cc ƒ § � © 0 § a« I § c - � .0 B 2f . E a E4 � § k —C > ƒ § 7t \ ; § � , iif I 2 � � \ t � § k Ez � k_ | ! em =L � 2 � 9 to) ) to) , \ 2 « k ■ k ■ k - ® rW f U ± BBB £ / cr CD E \ w o Mo CL) ` � - § � '7 © \ e { CL ■ 2 k2 § a ; S ECV ° ° - . 2G � P � « Al b ) om L . Cl) m C � S e b 6 fk ° - a . 22 ( � I - E § �, 0 a � a 2 - � 'IL E ; � EEa ' aILu 0 kkcLu. P2 a § } / E ) 0 dC 0 to vi � m 00 kL ! ° § \ � L k � E ` er CD \ � § | 0 � k CD kar ! \ 71 \ } CD! a 2a ` CD° . \ k � � °� .- , _ � \ 2 c E 3 Lo » o J ; 2 \ - c ] J 3 ® !J � ! ° © � I � § ; ia § 9 a ; K / � � � &3 ƒ k �k { ) kk 2 k � k 2 )= 2 UCL ) � � L ) Ek \ T k o a _ ■ c �/ K k aA / ■ ± | ƒ D %\ E � uE ~ R § _ E { R . oe � � � bo § kk § co\ k ) . m � ■ § § ■ � kk z � | ■ � . 20 > E § � fP . ■ ■ E - � �P, u § 0 :: IL ab ■ Lua U u > aue _ _ a k 0 F4 \ E ) ] dE � W > k� a. k ki k � � V 0 CD � § C ) 2 � � � CD � 0a i k � \ k CD ! S ° ° m CD00 \ k � � ° e -; - ! | kd \ \ CD 3 L F k � E w ! 0E � � ; ; 2 { 3 ■ . ® !0 E • ° ° § I - § ; -0 a |; / 0 � co &3 ƒ k �k { ) kk 2 k � k . k0 2 a MCL � � L k ■ ° ■ E / � o _ ® c ■ c 0 M / { 0 IL 2 %\ E � / \ B co\ a 2 � ■ §§ L,9 kk z � wID ■ � . 20 > E § � fP . ■ ■ E wok § ° p P § k § � § § k a ab ■ LLua 0 u > a � _ _ a �§ k Ear � kC J _ > ff EA § a I� ! q / �� § cIs a § J a mE m in ■ $ ) " a ` a f \� � -0 a 0 j ®� � « ■ |� a i 77% \ ; § � o , � IELƒ k ƒ cE , ; % e! § » § § ■ ƒ ! !! E ! « ! �m _ { � ■k § ( ( \ \ � E / to) ) k { \ kk 2 �« k . � 0 2 E a BBB £ / cr / § c g . K\ \ / o ■ � - � � 4) / � \ � a AL) Fivi . Cl) 2 CL e 2 b o fk ° - a . 22 ( > - E § 0 , e ■ a � 06a � 'IL E ; SEE aILu 0 kkcLu. P2 a ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Cromwell-Marine Creek Road City Project No. 101012 None City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 1 Consulting Contract Schedule Specifications FO RT WO RT H City of Fort Worth Capital Improvement Program Attachment D-Project Schedule This PROTECT requires a Tier << >> schedule as defined herein and in the City's Schedule Guidance Document. D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: - Primavera (Version 6.1 or later or approved by CITY) - Primavera Contractor(Version 6.1 or later or approved by CITY) - Microsoft Project(Version 2003/2007 or later or approved by CITY)(PHASING OUT) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any, and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks,subtasks,and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities,key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points,including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following,if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 1 of 2 • Other schedule-related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 2 of 2 --V - --""""-- -- -�7'-9 --m'- �9 m-:--- 9_:--------w-yn -ID $-- 4�:--------�_------ CC N Q - ---------""""-- ----""""-- Y_ C {L C q € --- - `-----p --- - m:S�- --E-c7-m: W --------------- ---------- E3- ------ - -dr-- - --- _ _------ ° N --------------- --------- _ .6: _w.-n a �:--------a-• -m-i-a-----w �- c---- Lim --------------- --------- 9-------- 3-ie--v-S -- w' ---�-$. -li c - ---0��- ----------- a. �-r;---- ------ © L--------- -----$8- m -------------a ----- 0.--i----------------------- - ----z - _ -------- --- --- w- - q ' $ g - ` - ,- LD @ ---- ---- O m � m m m- cn: -m-- --ai-'a-a --m-� -,-$- -h-- p Q .m �"" C ------ -a-------w m:rn. .E m a a :` -- ♦ n: m -------------------- - -----------c --:w------------t-------- - -E-m-a-- ---- -- -` --a-- - -.�--------�--n-:--------------- ------------- ---� 5- --- -- ---2-1-------m-- -c=w- Ti-°---i--�-v-'-E----- - ---$-e- --------- - ---. - ------ -�Q Q - -- - -'@ --- ------------- ------------- LL ---------- Q ----- :-----w. $--C-SJ-•_S- -m-----�p-�-C- -¢--=-U-;�----- - ----------------------------------------------- - --n----;- m-- ""C-- 1 2 'O E LF -------- - - - ----- -Q ------------- ------------- ------------- c -------------L�i �-----n; d` t�V :� v $------- y �----- --- ----- --- -t--�----- �;-U-'----'C' 3 '�-c--`----- - -------------- ------------- ------------- ------------- ---8-m-- ----:- o - ----------tg-m`0----- -- -�'----c--a-- --$'-am-�-�----- W--L--3 -n.w-°-- --------- -m-'m m -------------�-�-I-z-----c-N U o.j ------------- m-----.4{- -L-.� �.- - ma-------- : :_ ::::: : ':o:_�. ::::::::::::.::::::::::::::::::.::::::::::::::::::.::::::::::::::::::.::::::::::: n o ❑ c c �N. c M m C7 N f0 N N 1� m 0 0 NN C7 N(7 mN t7tD mN 0 � F R NMC; OR M y N N N N O 'gSg o m N N N Q m e m f� N c m O O O N m a m m m V N N 0 O N N m m Q d co N m m m — N N N N N N m m m m m m m m M M M M M M M M M m m N N N N m N N m m V m m m m m m v v m m m m m N N m g� N N N N N N N N N V N N N N N N V g N N N N N r N O O O O' NO c Tc TOc cTc 0N TN TN ON ON OO O O OC7 pRO aLLO ON ON TN LL0 LL0 LL0 N O N NN }N N O O Oi Oi NN N0 N b c5N N N N N mmh N mmmm c d v c10 cSdNLL6� v as ma c FI N N O N O O O O O O O S O O O O O O O O O O O O O O O O O 0 0 N N N N N N N N N O N N N N N N N N N N N N N N N RIIO� N N No+ m h 6- h> tS tS tSmmmTh � 4RRRaaaTm m r a m in o m d� o v u� u�m 0 0 0 0 N N N N t7 O C7 O O O N N C7 N O O O t7 N N 0 0 0 m f� f� O O C7 N 0 0 N N N 0 m N N O m 0 0 0 0 0 m 0 O O O O O O O O m 1° O m U, 0 o M A m m f� m M N m N d Ea 8 etS � � n d a 3 co Qm, Lv �m L w L w E w 8 = w m L c o o c co FL O w m m w $ U v m c m y w $ w $ 19.m wwc aaw=$ scm$C UcmpEp mwm2• CO acjwmcg wc a 3co �a9.a qnct°y rcE Ea a.E d w I 8 o ` 9 mQm 3LL m 9 a coca aq am E p Q L amL Om a z jaLj L LD I'L m La L E s4V a e- A5Laa0rnarn (30w0 - co a a W b J - m OI a c m m m ' 9�1 m 1° q O C� m m f� m p1 N N N N N N N 1 N M N M LL 1° f� m N M tD M co S M Mq g � e ° iuuuf�i71� 000000000n0.5 -i00000010000$100000000$IOOO�IO I I c, IIIIIIII IIII illll ----------------- ---------- _ v ;p m. c . • a----- ------------- ---- Q s,. --c-�-..i --w w �- --L- t-a- ---a---- N N LL ----jy-M-:- :g-�- -- ----- - ----- ----------- '-- �-- '_t-�--Q--w�'- - -------- ---------- -�---- o • DD L -- --m- -�-•- -- --�--- -- -- •-- - -- rqam. -B-,--- --U-- -- --9-� nt-- a p 'a:� --- - -- -- m---- V t tt --- ----- ------------- --------w-- --- -�-• $ ID ------------ ------------ Z - �-:-� - -I---- - w v: c 7 m -a-- -- @------ a o '---- - ----- ------------- ---------❑-- ❑------ •m--;--. �- --'- ---<.8---- ' 2 m -2-9 n• ---�- '------L-fi-m-`3-=�-- -�- i -------------- ------------ iis-`�---- .��- � - -�- --------- ------------- ------ O ❑I-------�4+ a: K- - c ---------------- mew: q om a: f a @°m. g -: ""m"�- L""••"- - m"m•------- -1G- •---------" --------------" -"c""-- n •-----------------•-------- a �. m u-O---------------- g-� O: j-�-- •o m -- ----""""-- -------""""-- ""-- "-- -------""""-- --------------" ------------ •- "J""-- ¢ ---o--m-�-:- ' -¢-- -- -- -c-- o --U-: - a --- - ----- -- °-- ------�--- -n'------- -- - -'-----------------'------------------'---------------- pm m J t7: 0 1 m � � a C - U -❑-'- - ---- ---------- - ------------- --------------- ------------ -N---- O o ° - Ix ------------------- s ------------------------------------------------- $ 3 Z --9--- j---L-c-�-mj --�-�=E-a, -- --�- II 0:❑ 0 m s U W A -- •-m-------- o s v.$ N 9 m ---a-------- UV -- �--------i----------------- ---- ---------- ------- HAA3 -- ------------- - ------- --------------- ------------ •0-------- -----------------N a --------- ------------- ---------- .-Q-2;_--�-. ------ R - -------------------------------r-------------- !---- -¢--LL-0:0 w- -------- ---------------------------------- ---- i---------- o r m m m m m m m m m N m 0 m o � m m m m r m m N fq . . . . N N N N N . m m m m m m m m f� 'gS N O A Q a a a a a C7 t7 m c N V O In C7 O O O m m f� O) N Q d a a a a a m m N N m m m m M - NY F sm m m m m m N N N N m -q -q -q -q a a V N N N N tD tD N tD tD tD tD tD tD tD a s m m v v rgi f� r r r r r a V V V m -q m m m -t -t 't N N N N N r r r 0 0 0 0 0 0 N N N 0 0 0 0 m m m m m O O N N N V N O N N N N N N N N N N N N N N N N N N N - N N N N N N N N N N N N9. N9.N N N N N N R z z z z z T T T T T T T T T R T T 7 T ❑ m h h h h h c� m v v v v a a a a c co a m m h m m m v m N II N N N N N N O O N N N 0 0 0 0 0 0 0 0 N O N N O O O N N N O N O O 0 0 0 0 0 0 N O 0 0 0 0 0 0 0 0 0 0 0 0 0 m N N N O O O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N c c c c c c c c c c c o+ h - h h c c c o+ m m c o+ c i i + t3 t3 t3 tS tS tS > > > > > > > > > > > 33 m m > > ? 3 m 3 > m m M �RRRRRR TT TTTTTTTTT `F � � � ❑ T TTT `F ❑ 9 9 T `F T ❑ T m mmmmcc cc� v vvvvvvvvv m in in o� m � a incmmcom m m v dim m O N N N N N 0 0 0 0 0 0 0 0 0 0 0 t7 O N N O N O O V N N O O C7 N O N N p a 0 0 0 0 0 0 0 0 0 0 IA N m 0 0 0 0 0 0 0 IA N 0 0 0 0 0 IA O O O O O O O m IA O N m m N m m m Ea a z m in v .o c c m m m LD m- � a c E � cn a.LDAE �� `m m m m U N 2 Z v m Im c L rn rUL 2j L m m a v a ri - v ID 2 2 m 2 c c pnp c s a m a E m U U rn 6 5 L Q S S We S e S m W L a _'.� w w U w w v n L C $ �w 9 9 -- c N U ' C m ,Q1 m W m m c •O Q+ N N m m m e E J ,P ° m € w v t w Qw+ Q w+❑ w n'pp� c c v > w nmg � c r ❑ p a o pep. m p p p ❑ rn. 2 0 a c $ m e a m U b L e .Q+.4+s ri �] e rn m � 0 c a mm � � � U m3c Va o. � � c 'E c cn U n m m c U ❑ 2❑ 2❑ 2❑ z�m+ c c E 4 w .€ w 2 N YS o ri ri m a� 8 g c F' m m � c L mU m _m m UUco0 �-❑ 5 c L I m a 3� a pc c q U a m m U w ri y�ygg o o o cID € L m c 9 O c a 3F � U 4tn m w c VUU � 3 E2 o '>gU> wom m m ' Zm a 2EE L .V U8 K 28 m'Z° O KK L > j c �d w c wz vc I Kaao Udo o c o 9 go m m m o c 9 m m m In N N N N N m O o 0 0 0 N - m � m � � mmm6' I I e 00000000 DD � DpDi0I0I0I0I0I0100 000000000000 ��000 � 000� CC N Q ---- --- ",2fi " F- a pp s9 z RAR Z N:S"" ----------------- � 0M:oa c �."""""""" _ O' -----" - -----------------' ------------" Z ----------------- ----------------- - y Q ------------" ------------" ------------" g m m d �s N row mmr m °i mmm °iN a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 NY F vvaaoaaaaavvvcovvvv N LL c N N N N N N N N N N N N N N � c c c c c mN N N m !0 m m N m II 1 > > > > m m m M � In m M m co M O -q co co f� � O N N N N N N N N N N N N N N N N !0 !0 N N N m m > > > > > M f�0 f�0 0 0M � N m m m _� A d a ? ? M O O O O N O O N N O O N N M N Ea ji z s m z m m v a 0 = $ oa = 49 mID -Q -a �- c $ a�0 Ua m yEl y E v18.1 e � ID � I j g � W � g $ Z � � � � on O � OO azacga � cncgcgcn � W W � m oNco inrmmrmmmoinNv � m r r r r r m r m r m r r m m m r m I I e 000000000000000000 G U I n H I I I I REFO D STAREE I I I o cr o z to Q I m 8 AHM z n 1 -{ z c o z m m o w MC LEROY SA TA G RTR DN FTC A Q m S70NE TyT TL ml z SHADY LONGHORN o Q w of m - - -CROMWELL - MARINE CREEK ��PRD�LCC GREEN RID- P SUP WEST CLIFF END PROJECT 0 MARINE CREEK PKWY cL BEGIN PROJECT — ' BOAT CLUB RD l 2� I E5 COLLEGE NOR�Nw GREENHELD T F NORTH HILL W F Tarrant County Junior College NORTH �w �o� w Northwest Campus RIDGE HOC SOUTH RIDGE ��O 1 OVER MARINE SWOOD LAKE z CREEK Park gR�PN vy LAKE 3 HILL SEA BREEZE �F SHA l� REEF FAIR WIND C 000sV PT sPRINGTIDE N TF JO N' WAY FL L iO N' AY - - - - e0 �I o CANYON o �I z s LONGHORN �0, FI 0 500 1000 2000 Q BIG BEND UI SCALE: 1"=2000' F o ROCKY N B U R N S 1595E N. DALLAS PKWY,sulrE goo FORT WORTH R o CROMWELL MARINE CREEK ROAD N MMONNELL DALLAS, TX, FIRM CITY PROJECT N0. 101012 ENGINEERING FIRM F-845 6/5/2020 M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoR TWoRm DATE: 6/2/2020 REFERENCE**M&C 20- LOG 20CROMWELL MARINE CREEK ROAD NO.: 0361 NAME: RESCOPE AND APPROPRIATION CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Revise Scope of Cromwell Marine Creek Road 2018 Bond Program,Authorize Execution of Amendment No. 2 to the Professional Engineering Services Agreement with Burns & McDonnell, Inc., in an Amount Not to Exceed $790,959.41, for a Revised Scope of the Cromwell Marine Creek Road Improvements Project and a Revised Contract Amount of $2,690,954.41, Update the FY 2020-2024 Capital Improvement Plan, and Adopt Appropriation Ordinances (2018 Bond Program)(COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Revise scope of Cromwell Marine Creek Road project from the 2018 Bond Program to provide for expansion of the roadway right-of-way and change from roundabouts to signalized intersections at Bowman Roberts Road and Huffines Boulevard; 2. Authorize the Execution of Amendment No. 2 to the Professional Engineering Services Agreement with Burns & McDonnell, Inc., City Secretary Contract No. 49556, in an amount not to exceed $790,959.41 for a revised contract amount of$2,690,954.41 for a revised the scope to include the design and right-of-way acquisition for the Master Thoroughfare Plan compliant roadway improvements for the Cromwell Marine Creek Road Improvements Project (City Project No. 101012); 3. Adopt the attached appropriation ordinance increasing the receipts and appropriations in the Cromwell Marine Creek Road Improvements Project in the amount of$270,000.00 from available funds within the Transportation Impact Fee Capital Legacy Fund, reducing the Service Area G project (City Project No. UN9917) by the same amount; and 4. Adopt the attached appropriation ordinance increasing the receipts and appropriations in the Cromwell Marine Creek Road Improvements Project in the amount of$2,730,000.00 from available funds within the Transportation Impact Fee Capital Fund, reducing the Service Area G project by the same amount. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to take actions to revise the scope of the Cromwell Marine Creek Road Improvements project from that which was described in the 2018 Bond booklet. The process consists of four steps: re-scope the Cromwell Marine Creek Road Improvements Project to reflect the change in scope, authorize appropriations to fund the changed scope of work, execute Amendment No. 2 to the Professional Engineering Services Agreement to provide engineering services for the amended scope, and update the Fiscal Year 2020-2024 Capital Improvements Plan. The 2018 Bond Program, approved by the voters, included funding for a project for Cromwell Marine Creek Road. The Bond booklet that was distributed prior to the election described this specific project as: construct new roundabouts at Bowman Roberts Road and Huffines Boulevard with associated infrastructure and rehabilitate existing travel lanes"with limits noted as being from Boat Club Road (FM 1220)to Marine Creek Parkway. Design of this project was included in the approved and expanded engineering contracts authorized by M&C C-28764, June 26, 2018. Since then, the plan for the decision to build roundabouts at these two key intersections on this roadway was reanalyzed as the City's Master Thoroughfare Plan (MTP) designates the road as a six-lane divided corridor. The result of the review is a determination that traffic signals are more effective for managing traffic on such large facilities and safer than 3-lane roundabouts and a recommendation to change the scope of the project in furtherance of implementing the MTP. Staff recommends the project be re-scoped to include signalized intersections instead of roundabouts; to expand the project and structure it as the first phase in the ultimate future buildout of a wider roadway as contemplated by the MTP; and to provide for replacement, rather than rehabilitation, of the existing traffic lanes with a goal of later adding an additional lane in each direction to align with the MTP. apps.cfwnet.org/council_packet/mc_review.asp?I D=27930&councildate=6/2/2020 1/3 6/5/2020 M&C Review Cromwell Marine Creek Road from Boat Club Road to Cape Street is approximately 8,575 linear feet (1.6 miles) in length and identified in the City's MTP as a six-lane divided connector with shared use paths. Current traffic counts/demand do not warrant the construction of the full 6-lane section at this time. An interim 4-lane cross-section with extra-wide medians is proposed to provide adequate capacity for current traffic with additional right-of-way acquired as necessary to accommodate the future expansion of the corridor and addition of one-lane in each direction. In adopting the first recommendation, the City Council would be finding that the revised scope of the project-consisting of signalized intersection and design and construction of a replacement four-lane roadway with acquisition of right-of-way sufficient for later expansion to six lanes- is within the voted purpose of the bonds as approved by the voters at the 2018 bond election. Cromwell Marine Creek Road from Cape Street to Marine Creek Parkway is approximately 2,325 linear feet(0.4 miles) in length and is not identified on the City's MTP. Under the revised project scope, this neighborhood collector would be widened to a 4-lane cross-section with shared use paths to maintain the number of lanes through to the roundabout at Marine Creek Parkway. The preliminary cost estimate for constructing the 4-lane cross-section is$37,000,000.00. Funding will be sought separately for the construction phase of Cromwell Marine Creek Road. The entire project is located within Transportation Impact Fee Service Area G. Approximately 7,440 of the total 11,000 linear feet of Cromwell Marine Creek Road and its intersections with HufFines Boulevard and Boat Club Road (FM 1220)are identified as impact fee eligible in the current adopted Transportation Impact Fee Study. Currently, $4,559,940.00 of transportation impact fee revenues are available in Service Area G. City staff recommends City Council support the use of transportation impact fee revenues in the amount of$3,000,000.00 for design and right-of-way acquisition to widen Cromwell Marine Creek Road at the impact fee eligible locations as identified in the Transportation Impact Fee Study. Due to the amended scope, the project's design must be revised to accommodate the interim 4-lane cross-section. Amendment No. 2 to the Professional Engineering Services Agreement takes into account the remaining budget from the original contract and scope. City staff recommends City Council support the execution of Amendment No. 2 to the Professional Engineering Services Agreement with Burns& McDonnell, Inc., City Secretary Contract No. 49556, in an amount not to exceed $790,959.41 for a Revised Contract Amount of$2,690,954.41 for the Cromwell Marine Creek Road Improvements Project. The following table is a summary of the services contract history: Contract Amount Description Mayor& Date Approved Council Action Original Contract, $399,995.00 Burns& McDonnell, C-28288 June 20, 2017 CSN 49556 Inc. for Design services Amendment No. 1, $1,500,000.00 Burns& McDonnell, C-28764 June 26, 2018 CSN 49556-A1 Inc. for Design Services The following table demonstrates the funding history for the project: Fund Existing Funding Additional Funding Project Total 2018 Bond Program $8,860,000.00 $8,860,000.00 Tax Note 2017 $500,000.00 $500,000.00 Transportation Impact Fee Capital Legacy Fund $270,000.00 $270,000.00 Transportation Impact Fee $2,730,000.00 $2,730,000.00 Capital Fund Project Total: $9,360,000.00 $3,000,000.00 $12,360,000.00 MWBE OFFICE—Burns& McDonnell, Inc. is in compliance with the City's BDE Ordinance by committing to 23\% SBE participation on this project. The City's SBE goal on this project is 20\%for Amendment No. 2. This additional appropriation for this project was not included in the FY2020-2024 Capital Improvement Plan. Recently an opportunity was identified to leverage transportation impact fees and amend the project scope. The action in this M&C will update the FY2020-2024 Capital Improvement Plan. apps.cfwnet.org/councii—packet/mc_review.asp?ID=27930&counciidate=6/2/2020 2/3 6/5/2020 M&C Review The project is in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Service Area G project and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the Transportation Impact Fee Capital (Transportation Impact Fee Cap) and Transportation Impact Fee Capital Legacy (Trans Impact Fee Cap Legacy) Funds Cromwell - Marine Creek project to support the approval of the above recommendation and execution of the agreement. Prior to an expenditure being incurred, the Transportation & Public Works Department has the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2 Submitted for City Manager's Office by_ Dana Burghdoff(8018) Originating Department Head: William Johnson (7801) Additional Information Contact: Alejandra Ayala (8883) ATTACHMENTS 20CROMWELL_MARINE_CREEK ROAD_RESCOPE AND APPROPRIATION_30108 AO20r.docx 20CROMWELL MARINE CREEK ROAD RESCOPE AND APPROPRIATION 39008 A020r.docx CPN 101012CROMWELLMARINE.pdf apps.cfwnet.org/council_packet/mc_review.asp?ID=27930&councildate=6/2/2020 3/3