Loading...
HomeMy WebLinkAboutContract 54403 CSC No.54403 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("CITY"), and MAS Consultants, LLC, authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Sanitary Sewer Rehabilitation, Contract 100 Project. Article I Scope of Services The Scope of Services is set forth in Attachment A. Article II Compensation and Term of Agreement A. The ENGINEER's compensation shall be in the amount up to $213,875.00 as set forth in Attachment B. B. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall be for a term beginning upon the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services OFFICIAL RECORD Revised Date:11.17.17 Page 1 of 17 CITY SECRETARY FT. WORTH, TX (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 2 of 17 work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 3 of 17 indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or this AGREEMENT between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 4 of 17 the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity goals (Chapter 20, Article X of the City's Code of Ordinances a/k/a Ordinance No. 20020-12- 2011, as amended), the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 5 of 17 directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 6 of 17 liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation — ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be attached to this AGREEMENT prior to its execution. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 7 of 17 c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 200 Texas, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 8 of 17 final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondent superior shall not apply. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 9 of 17 changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 10 of 17 an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 11 of 17 of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY may secure Builders Risk/Installation insurance at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 12 of 17 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated a.) by the City for its convenience upon 30 days' written notice to ENGINEER. b.) by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 13 of 17 b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 14 of 17 Texas. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. J. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. K. Immigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. L. Prohibition On Contracts With Companies Boycotting Israel ENGINEER acknowledges that in accordance with Chapter 2270 of the City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 15 of 17 Texas Government Code, CITY is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, ENGINEER certifies that ENGINEER'S signature provides written verification to the CITY that ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B - Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 16 of 17 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER MAS Consultants, LLC Dana Burghdoff Dana Burghdoff(5ep 1,202017:38 CDT) _ Dana Burghdoff Assistant City Manager Angel Sanchez, P.E. President Date: Sep 1,2020 Date: X1,)-74262-o APPROVAL RECOMMENDED: Clr�HA?y2gr By. Christopher Rarder(Aug 28,202016.39 CDT) Chis Harder, P. E., Director Water 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. Brenda Oropeza, E.I.T. Project Manager APPROVED AS TO FORM AND LEGALITY rYi Lf nI!-7s7n By. DBlack(Sep 1,20201730 CD-0 Doug Black Senior Assistant City Attorney 444UaIl��� ATTEST: p�0F F°°Rr�o9 Form 1295 No. 2020-618023 al � ~� o I Z) opA,�000 00*� M&C No.: 20-0545 Mary J. Kayser a�n rEXpsabp �uoaa4a City Secretary M&C Date: August 11, 2020 City of Fort Worth,Texas OFFICIAL RECORD Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 CITY SECRETARY Page 17 of 17 FT. WORTH, TX ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 ATTACHMENT A Scope for Engineering Design Related Services for Water and Sanitary Sewer Improvements DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.: 102651 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. The work to be performed includes replacing a total of eighteen sanitary sewer lateral segments ranging from six inches to ten inches in diameter, as well as two water line segments of four and eight inches. Main/Lateral Upstream Downstream Length Existing Proposed Node Node Pipe Size Pipe Size (From) (To) (ft) (in) (in) L00560 7+50 0+00 750 6 8 SS line approximately 600 feet north of intersection of Lipscomb Street and W Capps Street, along Santa Fe Railroad then turns parallels the Lipscomb Street alley to Page Street L03380 0+66 0+00 1 66 1 6 8 SS line in Elizabeth Street, approximately 66 feet in length to Line L00564 L00564 1 28+65 5+65 1025 1 6 8 SS line from intersection of Hemphill Street and Page Avenue. A second segment extends from the intersection of Travis Avenue and Jessamine Street through Daggett Montessori campus. M00007 131+84 126+94 490 10 10 SS line from May Street to St. Louis Avenue in Morningside Drive Water(Morningside Drive) May Street 180' East 180 4 8 Water line segment in Morningside Drive from May Street to an alley east of intersection L00961 1 10+00 1 0+00 1 985 1 6 8 SS Line in S. Main Street from Morningside Drive to approximately 150 feet north of Page Street L00587 1 8+58 0+00 1 858 1 6 8 SS Line in an alley east of Hemphill Street from Capps Street to Mulkey Street M0007 1 141+91 140+99 92 1 10 10 SS Line segment crosses Hemphill at Capps Street City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 1 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 L01220 11+15 10+22 93 6 1 8 SS Line segment parallel to Morningside Drive at rear of residences on north side, near Start Drive L01220A 0+73 0+00 73 6 8 SS Line segment parallel to Morningside Drive at rear of residences on north side, near Jones Street L03606 12+08 0+00 718 6 8 SS Line in alley north of Mulkey Street from 1-35W service road (South Freeway) to Evans Avenue L01058 1 7+17 3+02 1 415 1 6 8 SS Line in alley north of Marion Avenue from 1-35W service road (South Freeway) to Evans Avenue L00357 1+70 0+00 170 6 8 SS line segment in the 1-35W service road from Jessamine Street to the south approximately 415 feet Jessamine Mulkey Water(South Freeway) Street Street 1040 8 8 Water line segment in the 1-35W service road from Mulkey Street to Jessamine Street L02510 1 8+20 0+00 1 820 6 1 8 SS Line segment in the alley north of Atlanta Street, from the 1-35W service road to Epps Street L03738 1 15+20 9+46 574 1 6 1 8 SS line segment in the alley north of David Avenue from Epps Street to the 1-35W service road L08441 8+33 5+94 239 1 6 8 SS line segment in the alley east of College Avenue from Lilac Street to Hawthorne Street L0566 0+43 5+15 470 1 8 8 SS line segment in the alley east of S Jennings Avenue from W Cantey Street to W Capps Street L0385 13+50 10+01 1 315 1 6 8 SS line segment in New York Avenue 155 feet north of E Roberts Street to 160 feet south of Marion Avenue L0385 20+50 18+00 247 6 8 SS line segment in the alley south of Marion Avenue from Evans Avenue to 300 feet east Total Sewer Footage: 8,400 LF 11 Total Water Footage: 1,220 LF WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Plan Submittal Checklists City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, ■ communicate effectively, ■ coordinate internally and externally as needed, and ■ proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 13 MWBE reports will be prepared • 4 meetings with city staff • 13 monthly water department progress reports will be prepared • 13 monthly project schedule updates will be prepared DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly MWWBE Report Form and Final Summary Payment Report Form G. Plan Submittal Checklists (See Task 9) TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives that enhance the system, ■ Present (through the defined deliverables) these alternatives to the CITY ■ Recommend the alternatives that successfully addresses the design problem, and ■ Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. ASSUMPTIONS • 1 copy of the conceptual design package (30% design) will be delivered.- Drawings will be 11x/17 size fold outs bound in the report • DWF files created from design CAD drawings will be uploaded to the designated project folder in Bim360. • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet • A Proiect Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall project easement layout sheet(s)with property owner information. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 5 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 • Overall project water and/or sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft of plan/profile sheet—two or more. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Plan and profile sheets which show the following: proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. • The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering (SUE investigation has been performed). The Level A SUE will be performed; (1) by the ENGINEER if included in the fee proposal; or(2) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or(3) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options, the ENGINEER shall propose appropriate de- hole locations in the project and collect flow line elevation and other applicable City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 6 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • Provide map showing location of new manhole construction at the end of existing sewer segments, 90 degree bends, or tee connections. Site survey or specific design plans for manhole construction is not included as part of the scope. The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. manhole construction. • The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-section of the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 3.2. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.3. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in BIM360 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. 3.4 Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's BIM360 website. The typicals need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 7 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 ASSUMPTIONS • 1 public meeting(s) will be conducted or attended during the preliminary design phase. • 2 sets of 11 x17 size plans will be delivered for the Constructability Review. • 2 sets of 11 x17 size plans will be delivered for the Preliminary Design (60% design). • 1 sets of specifications will be delivered for the Preliminary Design (60% design). • DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM360. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • 1 sets of 11 x17 size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Traffic Control Plan D. Storm Water Pollution Prevention Plan E. Estimates of probable construction cost F. Data Base listing names and addresses of residents and businesses affected by the project. 3.6. Storm Water Pollution Prevention Plan • For projects that disturb an area greater than one (1) acre, ENGINEER will prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the Project for use by the Contractor during construction. ENGINEER will prepare drawings and details for proposed SWPPP improvement that the Contractor must use during construction. Contractor will be responsible for filing the SWPPP with appropriate regulatory agencies. TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 8 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 2 sets of 11 x17 size drawings and 2 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 BIM360. • 1 set of 22x34 size 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 BIM360. The final sheet list is anticipated to include Cover, Index of Sheets, General Notes, Overall Layout, 22 Sanitary Sewer Line Plan and Profile Sheets, 3 Water Line Plan Sheets and standard details. DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support City of Fort Worth,Texas Attachment A PIVO Release Date:08.1.2014 Page 9 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 • The ENGINEER shall upload all plans and contract documents onto BIM360 for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to BIM360 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 BIM360 from documents sold and from Contractor's uploaded Plan Holder Registrations in BIM360. • 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 BIM360 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 BIM360 and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • 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 BIM360. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 10 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 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: --TPW file—name example 11W 1966 rg47.pdfT where "W 1956" is Oassigned file number obtained frern the CITY, ho as ee file.designating the file of an original plan set, "47"shall be the total numbeF of sheets On this 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 Final Drawing folder in BIM360. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPWfoles shall use the W number as foF PDF and DVVF files but shall innli irlo the heet number in the me 'W 195 : di'y T01 d n ,�n cc.�rr vier--crT -era-rrr�— v T-r-cif , � -t�3 2.dwzg", etG. II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155_SHT01.dwg", "X-12755_SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS The project will be bid only once and awarded to one contractor. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 11 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 • 12 sets of construction documents will be sold to and made available on BIM360 for plan holders and/or given to plan viewing rooms. • 12 sets of 11x17 size and 12 sets of 22x34 size drawings plans and 12 specifications (conformed, if applicable)will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to BIM360. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 12 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 o Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: TPW file name example "W4966_rec47.pdf" where "W 1966" aSS*gRed file numbeF obtained#01M the CITY, "_rec" designating the file is of a reGE)rd drawing plan set, "47" shall be the total RUmbeF of sheets in this Il. Water and Sewer file name example — "X-35667_rec36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755_rec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in BIM360. ASSUMPTIONS City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 13 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 • 4 RFI's are assumed. • 4 Change Orders are assumed One copy of full size (22"x34") mylars will be delivered to the CITY. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings on Mylar TASK 7. 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. 7.2. Right-of-Way/Easement Preparation and Submittal. The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM for real property acquisition The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM360 site. 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare and submit Temporary Right of Entry documents for landowners to CITY PM for real property acquisition. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM360 site. ASSUMPTIONS City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 14 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 • 22 Easements or right-of-way documents will be necessary. 160 Temporary right-of-entry documents will be necessary. • Right-of-Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary Right of Entry Letters TASK 8. SURVEY 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, and trees (measure caliper and identify overall canopy. • The minimum survey information to be provided on the plans shall include the following: A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. City of Fort Worth.Texas Attachment A PMO Release Date:08.1.2014 Page 15 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 — 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 and submit Temporary Right of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM360 site. ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction. 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. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 16 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 TASK 9. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffic Traffic Street Water Control Control Control Attachment"A" Signal Engineering Traffic Storm Storm Lights /Sewer Traffic 30% 60% 90% Water Water (Submit (Submit Submit All Type (Sub All 30% 60% All @ All @ (@ �/o) 60 @ 30/a) 30% 60%) Required for all work in City ROW Street X X X X X' X X X X Storm Water X X X X X Water/Sewer X X X X *If included in street project ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing 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 including temporary right-of- entries. Services related to development of the CITY's project financing and/or budget. Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. Construction management and inspection services Periodic site visits during construction phase Design phase public meetings Performance of materials testing or specialty testing services. Services necessary due to the default of the Contractor. City of Fort Worth,Texas Attachment A PIVO Release Date:08.1.2014 Page 17 of 18 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 100 CITY PROJECT NO.:102651 • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. Services related to submitting for permits (ie.TxDOT, railroad, etc...) Services related to Subsurface Utility Engineering Levels A, B, C or D Services related to Survey Construction Staking Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. Construction Shop drawing review, samples and other submittals submitted by the contractor. Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 18 of 18 ATTACHMENT B COMPENSATION Design Services for SANITARY SEWER REHABILITATION CONTRACT 100 City Project No. 102651 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $ 213,875.00 as summarized in Exhibit "134' — Engineer Invoice and Section IV — Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water 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 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant MAS Civil Engineers l Engineering $159,863 74.2% Proposed MBE/SBE Sub-Consultants JQ Infrastructure, LLC Topographic Survey $31,000 14.5% Non-MBE/SBE Consultants Neel-Schaffer, Inc Easement Exhibits $24,200 11.3% TOTAL $56,000 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE City Project Number:102651 $ 213,875.00 $ 31,000 14.5 % Water and Sanitary Sewer Rehabilitation Contract C 100 City MBE/SBE Goal = 10 % Consultant Committed Goal = 14.5 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 ! G (n -w,-p<o o g gT -0 \G§3 § // ° `! �k $ {/ \ .. /g}} J S � » ƒ = e ] a/ < 0 2 ` �Oq ® Cl) w ^ 2\ / m am \ (D ƒ // \ ) 0cn / - m 2/%; o { o> \\ / \� , >a / / /) 0 m ` ® %\ § � T ° > ƒ 2} ! E 3 ca 0 (3 § - ] 3 /2 k � / \ {m \ § [ }§ w ( , $ —22u<2 0 Tg�ke- } ) }o;\ {; ] (n-v0 0 / { � � ( = \} \\\ (n cn E, a E @ .. $ .. .. @ ego y - G /'< 72 cn ƒ \ �k \ k ( ((7) E ® o \ q :G : ; \ , > ! ! a [ ®0 \ \\ } \ /»» \ ,aƒ ƒ \\ / . 2K = & ( °z \( \\ { ( 0 E3 ; - _ % ) Q \ B cD § ( � - � 0 \a /\ Ej . 2o. s ; cL In ƒ / \ � EL / \ � � « J`&/ n �o te-0 _0 ( 2 (0 �j [® § \/k$a0 \ /\ j \/ \\\ k e CL ¥z / .. • � ƒ ] ©\ 0 �ƒ \ 2 / /� cn ) ] f \ � /2 ( ((7�_ /rt ` 0> \ mE o 7® : 2 \ ,3 ) ( S�f A \ } /( j � ^z3 \( \§ { § 7 ; C J - E % ) - ( /\ ° }\ ( q , ° - 3: \ \± -- 00 , 20 ; \ [ ° � 3 \ r \} @ ; 3 CL 0. E ° \ /} CD \ \\ \ [ 2 = ItIl Id.- � W IJ � IJ N N N N N N IJ N IV N N Z J m U A W N N O n p m >> 0 DDD m s m o mT. :y 3 n < 3d zi m< --I N > >o d m oA.`Ob�»i n m Q m s 3 O�U o m r 'U m m o m m m Vi m ni [n o io o < 3. m �' m r v 0 3 v o m 5 a 3 00 m o c o o m m •� m o m d m u, m m o o m m �7 y m 0 0 a 'N' O cn m p < °1 m 0 3 0 .. tD m ci 'n co A m m o 3 o o y iE N N n � A a ry V p N N N N N A T A A A U N N N N O d � � O N m " (Wii W W i 0 A O N A O N N N T A O Oo W A 6> U N W N N O l n cn Z O � ' D 0 N 0 0 0 0 o m o cn L^ H D W 1 (nm (WT N O A W O m A A 0 O A O ;U v O ,"t) <JOUNUEOA NANNv*Wt{of0NDTnA fA-mOA' EOA yNAUi NfAUUOA fAAOA EDWOfNpA7 t6NOJ9 fNtOOAp ENOOAOA) fWWOA fWWOA fJQOA) UANU ��WjcOAOoW<Won fppAOA (ON fO9 fOAWOA yNAUi fAOUOm0A)TfOc�NVNNWw00A' E0n EAU09 E09 fNN0OA) V(pN•�dNA0acO0DT7 Qa1 NcN 0.D 0 KONN XDNa ' yamam�rDT mca o m , tGA O6 O N BO A U c rW W ,� o mD � NX O 0Co 0 cn ZZ U mm v0 Zo =i LJ o m 0 =WWr� x N V N fA fA fA EA fA N fA fA fA EA EA fA fA W wo fA 69 fA W. fA ODD W 69 wo fA H1 Hi -0 Hi N N N O O O O O N O O O O O O O i W 0 0 0 0 W. 0 0 0 0 0 0 0 00 O - O O N A N ty F C � N fA fA fA fA fA N fA fA fA A fA � fA N EA fA 69 EA fA N O 0 m EA A U A O N O A W W O) A W A EA EA D7 A EA A O o f EA N U O A Oo &3 69 V U V O O U O O N O O O O O O U 0 O O O O U 0 0 N 0 0 0 0 0 O Ol O O V -ZyI o N�c IJ <� D .Z1 V V O N 1 fTl,71 B �1 C)0 n m< c a N K fD N 3 C N Q N Z7 - U D D O O � 2 -.41 D N 2 C"(D O<UC N N O O z G Q (D C l0 7 j ry� O (n t�ii to J O O_ 3 m C 3 N � Q G N Cn N -1 C y n p Q V N C O J N O N " n A C N W OD. O. to OI Do N 00 00 m m o 3cn m m m m a y cQ is o 7 Cl) m o m CO IpD 3 N y N N N C O J (D F 00 f➢ (O O (n m o a m a w n =• m m � y m_ :D � o p _ _ m O o O O - -p d D �^ d v co m � m £ � m m l W fD N W c o o� O O O O m N N A O (D N [D ry m A N ry W N O N p O O O O O O O O O 0 W V J o Ut O O O O O O N N A N O N O O O O A . A A O O In A N A �� �� fA EA fR fA 69 EA fA fR EA EA 69 fA fA 69 N EA Hi 69 f9 V N yi t0 N O A N T ffl fR EA fA W A 69 W T O O f0 O O O 1D (T O A O W O) J (O V W A O O O O 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 O N 0 a.. 0 0 0 O N O O O O O � O 1A (fl O O (N 0 O O O O O O O N A A A N N O fR bi fA p � O O O O 0 0 O O EA fJi � fA EA fA b3 ? fA fA M Hi N G - = W N N N c o 0 f» o 0 � I- _ o 0 0 0 0 0 0 (f-0 O T -I. A 1 N .Oi O x N (J A N N n = =m m I 3 3 O _ _ - -� 7 V fO N O N N fA di fA fA fA fA fA O O fA H `_ _ _ - N O - fT N EA bi fA fR EA fR EA EA fA O O £fl fA A fA EA fA Hi O 69 N fA EH NN 61 p> A NO W fA fA bi W EA W N N fA EA Hi fq fA fA f9 fA N l�D N (�O fn L ID tp- fn N O IJ � W 0 0 N IJ Ot W O � W a1 O A O CT O) A O V A W J V O N - N N O A N O1 FA Vi (fl fA d) V fA Ol T O O O W Ut O A Q) � J !D tC W A ATTACHMENT B-3 � Water BID PROPOSAL Page I of 2 LA A';CIVIL ENG IN EERS ENGINEER'S PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST Client Name: City of Fort Worth, Texas Project Name: SANITARY SEWER REHABILITATION CONTRACT 100 City Project Number No.: 102651 Date: August 25, 2020 Water Improvements Bid Item Bidlist Item Description Unit of Bid Quantity Unit Price Amount No. No. Measure 1 0241.0100 0241.0100 Remove Sidewalk SF 180 $2.00 $360.00 2 0241.0401 0241.0401 Remove Concrete Drive SF 130 $3.00 $390.00 3 0241.1000 0241.1000 Remove Conc Pvmt Sy 120 $5.00 $600.00 4 0241.1011 0241.1011 Remove 4"Water Line LF 180 $5.00 $900.00 5 0241.1013 0241.1013 Remove 8"Water Line T LF 1040 $10.00 $10,400.00 - -- -- ---------- ---- ---- 6 0241.1300 0241.1300 Remove Cone Curb&Gutter LF 40 $15.00 $600.00 7 0241.1301 0241.1301 Remove 4"Water Valve EA 2 $100.00 $200.00 8 0241.1303 0241.1303 Remove 8"Water Valve EA 10 $200.00 $2,000.00 8 3125.0101 3125.0101 SWPPP z 1 acre LS 1 $5,000.00 $5,000.00 9 3137.9999 3137.9999 Gravel SY 20 $15.00 $300.00 10 3213.0101 3213.0101 6"Cone Pvmt SY 120 $150.00 $18,000.00 11 3213.0301 3213.0301 4"Cone Sidewalk SF `180 $10.00 $1,800.00 12 3213.0400 3213.0400 5"Concrete Driveway SF 130 $12.00 $1,560.00 13 3216.0101 3216.0101 6"Cone Curb and Gutter LF -40_ $25.00 _ $1,000.00 14 3292.0101 3292.0101 Utility Service Surface Restoration Sodding SY- 550 a $12.00 $6,600.00 15 3305.0109 3305.0109 Trench Safety LF 1220 $2.00 $2,440.00 16 3311.0001 3311.0001 Ductile Iron Water Fittings w/Restraint TON 1.22 $8,000.00 $9,760.00 17 3311.0261 3311.0261 8"PVC Water Pipe LF 1220 $50.00 $61,000.00 18 3312.0117 3312.0117 Connection to Existing 4"-12"Water Main ^EA 3 $2,000.00 $6,000.00 19 3312.2201 3312.2201 2"Water Service,Meter Reconnection -EA 1 $350.00 $350.00 20 3312.2203 3312.2203 2"Water Service EA 1 $3,000.00 $3,000.00 21 3312.3003 3312.3003 8"Gate Valve EA 7 $1,500_00 $10,500.00 22 3312.4112 3312.4112 16"x 8"Tapping Sleeve&Valve EA 1 $10,000.00 $10,000.00 23 _�3305.0002 13305.0002 6"Waterline Lowering EA 10 1 $5,000.00 $50,000.00 20%Contingency $40,552.00 Water Total $243,312.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fort Worth Contract 100 Form Revised 20120120 City Project#102651 ATTACHMENT B-3 Sewer BID PROPOSAL Page 2 of 2 /��CIVIL ENGINEE HS ENGINEER'S PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST Client Name: City of Fort Worth,Texas Project Name:SANITARY SEWER REHABILITATION CONTRACT 100 City Project Number No.: 102651 Date:August 25,2020 Sewer Improvements Bid Item Bidlist Item Description Unit of Bid Quantity Unit Price Amount No. No. Measure 1 0241.0100 0241.0100 Remove Sidewalk SF 200 $2.00 $400.00 2 0241.0401 0241.0401 Remove Concrete Drive SF 900 - $3.00 $2,700.00 3 0241.1000 0241.1000 Remove Conc Pvmt SY 1810 $5.00 a $9,050.00 4 0241.1100 0241.1100 Remove Asphalt Pvmt SY 60 $27.00 $1,620.00 5 0241.1300 0241.1300 Remove Conc Curb and Gutter LF 1400 $15.00 $21,000.00 6 0241.2012 0241.2012 Remove 6"Sewer Line LF 7348 $10.00 $73,480.00 7 0241.2013 0241.2013 Remove 8"Sewer Line LF 470 - $12.00 $5,640.00 8 0241.2014 0241.2014 Remove 10"Sewer Line LF 682 $15.00 $8,730.00 9- 0241.2201 0241.2201 Remove 4'Sewer Manhole EA 38 $750.00 $28,500.00 10 0330.0001 0330.0001 Concrete Encase Sewer Pipe CY 6 $300.00 $1,800.00 10- 3125.0101 3125.0101 SWPPP z 1 acre LS 1 $25,000.00 $25,000.00 11 3137.9999 3137.9999 Gravel SY 3100 $15.00 $46,500.00 12 3201.0112 3201.0112 5'Wide Asphalt Pvmt Repair,Residential LF 460 $100.00 $46,000.00 13 3213.0101 3213.0101 6"Conc Pvmt SY 1810 $150.00 $271,500.00 14 3213.0301 3213.0301 4"Cone Sidewalk SF 200 $10.00 $2,000.00 15 3213.0400 3213.0400 5"Concrete Driveway SF 900 $12.00 $10,800.00 16 3216.0101 3216.0101 6"Conc Curb and Gutter LF 1400 -$25.00 $35,000.00 17 3217.0006 3217.0006 4"DOT Pvmt Marking HAS(`) LF 1580 $4.00 $6,320.00 18- 3231.0412 3231.0412 6'Fences,Wood LF 200 $16.00 $3,000.00 19 3292.0101 3292.0101 Utility Service Surface Restoration Sodding SY 450 $12.00 $5,400.00 -20 3301.0001 3301.0001 Pre-CCTV Inspection - LF 8400 _ $3.00 $25,200.00 21 3301.0002 3301.0002 Post-CCTV Inspection LF 8400 $3.00 $25,200.00 22 3301.0101 3301.0101 Manhole Vacuum Testing EA 38 $300.00 $11,400.00 23 3305.0109 3305.0109 Trench Safety T LF 8400 $2.00- $16,800.00 24 3305.0112 3305.0112 Concrete Collar EA 40 $600.00 $24,000.00 25 3305.1102 3305.1102 16"Casing By Other Than Open Cut LF 250 $350.00 $87,500.00 26 3331.3101 3331.3101 4"Sewer Service EA 151 $1,000.00 $151,000.00 27 3331.3201 3331.3201 6"Sewer Service EA 12 $1,500.00 $18,000.00 28 3331.4115 3331.4115 8"Sewer Pipe LF 4527 $50.00 $226,350.00 _29 3331.4201 3331.42_01 10"Sewer Pipe e LF 49_0 $55.00 $26,950.00 30- 3331.9999 3331.9999 8"Sewer Pipe B.O.T.O.C. LF ---3291 $120.00 $394,920.00 31 3331.9999 3331.9999 10"Sewer Pipe B.O.T.O.C. LF 92 $140.00 $12,880.00 32 3339.0001 3339.0001 Epoxy Manhole Liner _- VF 236 _ $300.00 $70,800_00 _ 33 3339.0003 3339.0003 Wastewater Access Chamber EA 4 $3,000.00 $12,000.00 34 3339.1001 3339.1001 4'Manhole EA 40 $_5,000.00 $200,000.00 �35 3339.1003 3339.1003 4'Extra Depth Manhole VF 60 $225.00 $13,500.00 20%Contingency $384,188.00 Sewer Total $2,305,128.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fort Worth Contract 100 Form Revised 20120120 City Project 9 102651 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for SANITARY SEWER REHABILITATION CONTRACT 100 City Project No. 102651 No changes to the Standard Agreement City of Fort Worth,Texas Attachment C PMO Official Release Date:5.19.2010 Page 1 of 1 a¢ a" a 0 0 rvZ O O N CY _ Q O H H N� ��♦ v �I 0 a¢ _ 0 0 0 NZ is m a� o o - -va C E ` N� LU Q¢ CZ `o G v a _ — -- - V N - - O � r- r N N Q o ID E E N N O N N N N N N N \ N N N N a E E N N n V Nin 'R N � N \ \ m \ O \ \ N \ \ \ \ \ \ M \ C-4 N Q C C O _ N _ _ N N N V V R a C i 7 7 Q Q M V V M Y. 4. li Gc li W li LLL li Li {L Y. IL {L tLL ~ H H W lL 4. li li {i O N O O O O O O O O O N N N N N N N O N \ \ \ N c0 O O N N N N O O O Q N N \ \ C C C C C C C C G C C C N C C C C C C C C C C C y ^ ^ C C C C C m e ccO CCO ccO ccO ccO ccO ccO ._ ccO CCO CCO CCO ccO .- ccO CCO CCO CCO ._ GGO ccO ._ cO CcO ccO CCO ccO d O CO ccO GGO ccO ._ CCO N G G C G G'G G l._ G C G G G LL L'L G G li G G li G G G G G H I7 ~ C C G GL� G O A A T T T T T T T T T H T T T T y T T h T T T T T T T T 1C E y m E 9 9 10 T 1C N T A m m m T 1V A m m T to m T 17 17 N O N T T T A E - E .� O N 9 la a a a m a 9 a a a la aO a a m a a m 9 9 a ❑ M N O e-- M �-- O �-- fD M O {O M O Cl N N N M Q N N O N Y, ce R _ _ _ C N � C m � O ' t >> 7 u O LL s`+ N LL N Y N a d _ cCD o v 6 O 1. c a o � mo � o � c � U � d E m c M o m m e 'y Z` coi Z` c 3E rn cp c ' -o. C c `° t0 n- Q Q. m 0 '° c o_O. c n n C �+- c E V CI U m E E a3 c o o C 2 E Y c� O y y U U U U C ate`..U UT, a rY d iC U ii °n rn A H w A C t� ai Y f= �n E rj C T o Cr zg M O' r�i cL ` coo c7 � can a c rn CY rn d v. 0 a .n 2 ++ - U .� N o z �' � c°o Oa � f° 3a �+ � Cp x 0 m to a O c.) LL. o F ■ oW N < <O W W O N M V N (O �-R N N N N N N N N C'1 {J M C7 (h th d ❑ Q¢ M Cy 0 �z ao a, o m w� rn 0 Q¢ _ a, No 'o N Z y« U ^ 10 00 `o N t9 o�o ry� LJ O¢ r ZO LU G M o N r a Q N N N N N n a E E N V N N N N _ - � � H n Q 'r r M Q O M M rL O.7, ._ C _ _ _ ._ - 4r lLL G L� li li G Li li o v a m A mO m a m E N d E O N n � E �° E 0 N N U y N N m Q N V L G C a C E y C O H S O i E - 'n a c ', 2 2 2In > T C C C ¢ CO Q D_ m O D U U O Z V Q U m C U 401, etc O ttI � O U~ ATTACHMENT FU- a W J W HAWTHORNE'AVE = U3, I I RUafli a - u u3 LU i z- W �1 , 1 - _ ,:.-- Q fir ' � 1___ I • O 1 r ,W,JESSAMINFSTI 1'W JESSAMINE ST' i )' 7 � , _ U) ® W�RAMSEY AVE Jll zl - aJ=i a W f(#? 2 LU j PAGE"AVE s --� PAGE STI,, i Q _ .MU-KEY,,LLI ST= cn f 7�4I __ m - jti — {a Z' 7 MORNINGSIDE DR I, �' cn z_ L «� - - J - z -- N' r X --- z O I- 2 W 74 / U LU W.CAPPS.ST Ul WtCAPPS:STi LIJ r� - I- I cc�R�rx u gym �W . - - W.CANTEY_ST, _I } F �t � 1 In 1111 1111 ilk _ �� �11 1 111i11 Illllli 1111 �1 iilil i : Ili ilin 111 � 11111 1111 ; 1111111111 laws Illlil MIN ill 11 � FA T . IIIQI 1 111111111111 dill Il Illii1 .- 1 m1111 - • 1® . - . . lil ® �illlllllli 1 Il�ill 1 i i�� 1111111 Ill Illlllldlll� ®� lilli ®� �111lllil � lill�illl l� � 1 HIM 111 11 / 11111 ® 1 li !� ili 1 : 1 Iliii ilia 1MIN Illlll�il� ® 1 11111 ling III ®11mini �11111 11 1l� 11� ® ' _ �'� al1n1111 Inlllli�il Illll�i � = �® ® _ 1111® 111111111111 !1! In FORTWORTH = ®Illlil� 11111111111l1i 1111111 n �� li 111 . - . . - 11111i 101111111i1 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, August 11, 2020 REFERENCE NO.: **M&C 20-0545 LOG NAME: 60SSC100-MASE SUBJECT: Authorize Execution of an Engineering Agreement with MAS Consultants, LLC in the Amount of $213,875.00, for the Sanitary Sewer Rehabilitation, Contract 100 Project, and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 8 and 9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of an engineering agreement with MAS Consultants, LLC , in the amount of $213,875.00, for the Sanitary Sewer Rehabilitation, Contract 100 project (City Project No. 102651); 2. Adopt the attached Appropriation Ordinance adjusting receipts and appropriations in the Water Capital Fund by increasing receipts and appropriations in the Sanitary Sewer Rehabilitation, Contract 100 Project in the amount of$46,080.00, and by decreasing receipts and appropriations in the Unspecified project by the same amount; and 3. Adopt the attached Appropriation Ordinance adjusting receipts and appropriations in the Sewer Capital Legacy Fund by increasing receipts and appropriations in the Sanitary Sewer Rehabilitation, Contract 100 Project in the amount of$316,596.00, and by decreasing receipts and appropriations in the Unspecified project (City Project No. UNSPEC) by the same amount. DISCUSSION: This Mayor and Council Communication is to authorize the preparation of plans and specifications for sanitary sewer and water main replacements as indicated on the following streets and alleys: Street From To Scope Alley between E Arlington Avenue & E Epps Street I.H. 35 W Sewer Davis Avenue Alley between E Jessamine Street & Epps Street I.H. 35 W Sewer Atlanta Street I.H. 35 W 130 feet North of E Jessamine Sewer E Mulkey Street Street I.H. 35 W E Mulkey Street E Jessamine Water Street Alley between Marion 82 feet West of Avenue and Ramsey I.H. 35 W Evans Avenue Sewer Avenue Alley between Marion 48 feet East of 486 feet West of Avenue and E Mulkey Evans Avenue New York Avenue Sewer Street New York Avenue feet South of 123 feet North of ❑ New York Avenue Marion Avenue E Robert Street Sewer Alley between EIF-- IF n Morningside Drive and 1157 feet East of 43 feet West of Sewer Ramsey Avenue IlStuart Drive Jones Street 152 feet South of South Main Street W Ramsey Traffic Circle Sewer Avenue FWMorn ingside Drive 161 feet East of S St Louis Avenue Sewer Jennings Avenue FWMorningside Drive May Street V05 feet West ofouis Avenue Alley between Hemphill 93 feet South of Street to S Jennings W Mulkey Street W Capps Street Sewer Avenue Alley between S 154 feet North of Jennings Avenue and W Capps Street Sewer May Street W Cantey Street 312 feet West of W Capps Street Hemphill Street S Jennings Sewer Avenue 180 feet East of 354 feet West of Page Avenue Lipscomb Street S Jennings Sewer Avenue Alley between Lipscomb W Jessamine 615 feet Street and Hemphill Street Northeast of W Sewer Street Capps Street Alley between College Hawthorne Avenue and Alston Avenue Lilac Street Sewer Avenue In addition to the contract amount, $148,801.00 (Sewer: $130,525.00; Water: $18,276.00) is required for project management, real property acquisition, utility coordination and material testing. This project will have no impact on the Water Department's operating budget when completed. The project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. Appropriations for the Sanitary Sewer Replacement Contract 100 project are as depicted below: Fund Existing Additional Project Appropriations JAppropriations Total* Water Capital - $0.00 $46,080.00 $46,080.00 Fund 59601 Sewer Capital Legacy - Fund $0.00 $316,596.00 $316,596.00 59607 Project Total $0.00 IE$362,676.00 IF$362,676.00 *Numbers rounded for presentation. Office of Business Diversity: MAS Consultants, LLC is in compliance with the City's BDE Ordinance by committing to 14 percent SBE participation on this project. The City's SBE goal on this project is 10 percent. Additionally, MAS Consultants, LLC is a certified M/WBE firm. This project is located in COUNCIL DISTRICTS 8 and 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified project within the Water Capital and Sewer Capital Legacy funds and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the Water Capital and Sewer Capital Legacy funds for the SS Rehab. Contract 100 project to support the approval of the above recommendations and execution of the contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department lAccounj Project JProg ram Activity Budget Reference # Amoun ID ID Year (Chartfield 2) FROM (Fund Department JAccoun Project Program Activity Budget I Reference # �moun ID ID Year_J_ (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office_bT Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Brenda Oropeza (8271) ATTACHMENTS 1. 60SSC100-MASE Compliance Memo.pdf (CFW Internal) 2. 60SSC100-MASE Form 1295.pdf (CFW Internal) 3. 60SSC100-MASE funds avail.docx (CFW Internal) 4. 60SSC100-MASE Map 1.pdf (Public) 5. 60SSC100-MASE Map 2.pdf (Public) 6. 60SSC100-MASE SAM.pdf (CFW Internal) 7. 60SSC100-MASE 59607 A020(R3).docx (Public) 8. 60SSC100-MASE FID Table updated 7-16.xlsx (CFW Internal) q s � s _ � n W W W W W W W W F' W W Ul Ul Ul Ul Ul Ln w w Ul Ul Ul � U) O Lo �o �D w w w w Ql Ql m m m m m m m m m O CD O O O O O O O O O V V V J V J V V V V V O O O O CD Cl O CD O O O V V V V J J V V V V J O O C. O O O O O O O O O O O CD O O CD O O O A A A A A A A A A A A W W W W W W W W W W W O O O O O O O CD O O w w w Ul Ul N Ul w In Ul A W W In W V W F' V W lD N W A N A W r F' W F' O O O O O O O O O O O Ut W Ul F' W O Ul F' O (n F� F" Ut CD O Ul F' O O F" O CD Ili CD O F' O O CD F' O O F' W F' F` F' FA O O O O O O O O O O O N N PI) N N N N N Ili N N m Dl Dl Ol Ol m M M M M M Ul Ul Ul W W Ul Ul Ul Ul Ul U1 F` F� F' F' F` F' F-� F- F-� F` F` C. O O O O O O O CD CDO O O O O O O O O O O O V V V V J V J V V V J W Oo W J A A A A W W W A A o 0 0 0 0 0 o O o D D (D � � O O � W i/T { 00 ;h W F' N / i/T i/) i? N I-' N `, W W l.fl U7 O O Ql 00 Ql O F` O O O O O O O W Ul J Ul O O O O O O V O lD Ul O O O O O O O F` O p O O O O O C. O O O O O O O O O O O O O O O O rs a ff n N R n � ag � a a . a � g 3 A B A n � 2 A k� s g a 0 e r � o 0 � o a- o � c F