Loading...
HomeMy WebLinkAboutContract 49334-A3 CSC No.49334-A3 AMENDMENT No. 3 TO CITY SECRETARY CONTRACT No. 49334 WHEREAS, the City of Fort Worth (CITY) and Lamb-Star Engineering, LLC, (ENGINEER) made and entered into City Secretary Contract No . 49334, (the CONTRACT) which was authorized by M&C C-28290 on the 20TH day of June, 2017 in the amount of $1, 000, 000; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of -$200, 000 which was administratively authorized on October 25, 2017 and Amendment Number 2 in the amount of $350, 000 which was authorized by M&C 19-0182 on September 24, 2019; and WHEREAS, the CONTRACT involves engineering services for the following project : City Project No. 100873 Meandering Road; and WHEREAS, it has become necessary to execute Amendment No . 3 to the CONTRACT to include an increased scope of work and revised fee; and WHEREAS, The Texas Department of Transportation requires that certain additional regulations related to non-discrimination be incorporated into the Agreement . NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following amendment to the CONTRACT : 1 . Article I of the CONTRACT is amended to include the additional engineering services specified in the proposal attached hereto and incorporated herein as Attachment "Al" . The cost to CITY for the additional design services to be performed by ENGINEER totals $1,331,140. (See Attached Funding Breakdown Sheet, Page -4-) 2 . Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to ENGINEER for all work and services performed under the CONTRACT, as amended, so that the revised fee paid by the CITY for all work and services shall be an amount of $2, 481,140. Ci ty of Fort Worth Professional Services Agreement Amendment Template OFFICIAL RECORD Revised:September 2020 CITY SECRETARY Page 1 of 7 FT.WORTH,TX 3 . The Texas Department of Transportation requires that certain non- discrimination measures be incorporated into the CONTRACT. Article VI. K. is hereby supplemented by Attachment "A2" attached hereto and incorporated herein. 4 . All other provisions of the CONTRACT, which are not expressly amended or supplemented herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City' s designated Assistant City Manager. APPROVED: City of Fort worth ENGINEER Lamb-Star Engineering, LLB' �Gt�ALl�OF r`7 Dana Burghdoff(F 10,2021 0:58 CST) Daaa Burghdoff Jahn Interim Assistant City Manager Presi nt DATE: Feb 10,2021 DATE; ❑Z f U Lj '2 l APPROVAL RECOMMENDED: Qn_ Williarnlohnso (Feb8,202109:48CST) William Johnson Director, Transportation and Public Works Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Derek A.White,PhD,PE(Feb 5,202113:41 CST) Derek A. White, PhD, PE Senior Project Manager City of Fart Worth Professianal Services Agreemen t Amend ment Template Revised:September 2020 OFFICIAL RECORD Page 2 of 7 CITY SECRETARY FT.WORTH,TX APPROVED AS TO FORM AND LEGALITY: M&C : 21-0090 �1 Date : February 2, 2021 Mack(Feb 8,202119:04 CFT) Douglas W. Black Sr. Assistant City Attorney ATTEST : �oO(�°FORT�Oad � �° ° ti v° 00 0 00 ° a o cy �d Mary J. Kayser a�0000000 bpp nn� City Secretary Ci ty of Fort Worth Professional Services Agreement Amendment Template OFFICIAL RECORD Revised:September 2020 Page 3 of 7 CITY SECRETARY FT.WORTH,TX FUNDING BREAKDOWN SHEET City Secretary No. 49334 Amendment No . 3 Department Fund-Account-Center Amount TPW 31001-0200410-5330500-100873-002330-9999-4341008 $1, 331, 140 Total : $1, 331, 140 Ci ty of Fort Worth Professional Services Agreement Amendment Template Revised:September 2020 Page 4 of 7 Attachment A2 Additional Regulations 1 . Compliance with Regulations : The ENGINEER (hereinafter includes consultants) will comply with the Acts and the Regulations relative to Non-discrimination in Federally-assisted programs of the U. S . Department of Transportation, FHWA, as they may be amended from time to time, which are herein incorporated by reference and made a part of this CONTRACT . 2 . Non-discrimination : The ENGINEER, with regard to the work performed by it during the CONTRACT, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment . The ENGINEER will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the CONTRACT covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21 . 3 . Solicitations for Subcontracts, Including Procurements of Materials and Equipment : In all solicitations, either by competitive bidding, or negotiation made by the ENGINEER for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the ENGINEER of the ENGINEER' s obligations under this CONTRACT and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. 4 . Information and Reports : The ENGINEER will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the CITY, in agreement with the Texas Department of Transportation, or the FHWA to be pertinent to ascertain compliance with such Acts, Regulations, and instructions . Where any information required of the ENGINEER is in the exclusive possession of another who fails or refuses to furnish the information, the ENGINEER will so certify to the CITY, in agreement with the Texas Department of Transportation, or the FHWA, as appropriate, and will set forth what efforts it has made to obtain the information. 5 . Sanctions for Noncompliance : In the event of an ENGINEER' s noncompliance with the non-discrimination provisions of this CONTRACT, the CITY, in agreement with the Texas Department of Transportation, will impose such CONTRACT sanctions as it or the FHWA may determine to be Ci ty of Fort Worth Professional Services Agreement Amendment Template Revised:September 2020 Page 5 of 7 appropriate, including, but not limited to : a. withholding payments to the ENGINEER under the CONTRACT until the ENGINEER complies; and/or b. cancelling, terminating, or suspending the CONTRACT, in whole or in part . 6 . Incorporation of Provisions : The ENGINEER will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The ENGINEER will take action with respect to any subcontract or procurement as the CITY, in agreement with the Texas Department of Transportation, or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance . Provided, that if the ENGINEER becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the ENGINEER may request the CITY, in agreement with the Texas Department of Transportation, to enter into any litigation to protect the interests of the CITY. In addition, the ENGINEER may request the United States to enter into the litigation to protect the interests of the United States . 7 . During the performance of this CONTRACT, the ENGINEER, for itself, its assignees, and successors in interest agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to : Pertinent Non-Discrimination Authorities : • Title VI of the Civil Rights Act of 1964 (42 U. S .C. § 2000d et seq. , 78 stat . 252) , (prohibits discrimination on the basis of race, color, national origin) ; and 49 CFR Part 21 . • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U. S . C . § 4601) , (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects) ; • Federal-Aid Highway Act of 1973, (23 U. S . C . 5 324 et seq. ) , (prohibits discrimination on the basis of sex) ; • Section 504 of the Rehabilitation Act of 1973, (29 U. S .C. § 794 et seq. ) , as amended, (prohibits discrimination on the basis of disability) ; and 49 CFR Part 27; • The Age Discrimination Act of 1975, as amended, (42 U. S .C . § 6101 et seq. ) , (prohibits discrimination on the basis of age) ; • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123) , as amended, (prohibits discrimination based on race, creed, color, national origin, or sex) ; Ci ty of Fort Worth Professional Services Agreement Amendment Template Revised:September 2020 Page 6 of 7 • The Civil Rights Restoration Act of 1987, (PL 100-209) , (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not) ; • Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U. S .C. §§ 12131- 12189) as implemented by Department of Transportation regulations at 49 C . F.R. parts 37 and 38; • The Federal Aviation Administration ' s Non-discrimination statute (49 U. S .C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex) ; • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP) . To ensure compliance with Title VI, ENGINEER must take reasonable steps to ensure that LEP persons have meaningful access to ENGINEER' s programs (70 Fed. Reg. at 74087 to 74100) ; • Title IX of the Education Amendments of 1972, as amended, which prohibits discriminating because of sex in education programs or activities (20 U. S .C . 1681 et seq. ) . Ci ty of Fort Worth Professional Services Agreement Amendment Template Revised:September 2020 Page 7 of 7 Ik 5700 W. Plano Pkwy. Suite 1000 Plano,TX 75093 214.440.3600 LAMB-STAR February 3, 2021 Derek White, PhD, PE Transportation and Public Works City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Re: CPN 100873 - Meandering Road Amendment #3 Attachment A Dr. White: This letter is to amend the scope and funding of City Secretary Contract No. 49334, Professional Engineering Design Services for Design of Meandering Road from East Gate of NASJRB to River Oaks Blvd/SH 183. This amendment includes adding the development of PS & E plans for Meandering Road from East Gate of NASJRB to River Oaks Blvd. The additional work includes advancing the preliminary engineering plans developed under the original contract and Amendment 2 to final construction documents, specifications, and estimates. This amendment further includes the addition of Right- Of-Way and Easement Services, constructability reviews, and construction phase services. This amendment also includes the additional roadway extension of Meandering Road from River Oaks Blvd. to SH 183 and corresponding traffic analysis into the preliminary engineering Schematic and Environmental documentation. This additional roadway length is not included in the final design documents described above. Lamb-Star Engineering proposes to complete the additional work for a fee not to exceed $1,331,140, bringing the total engineering fees to $2,481,140. The following table summarizes a complete view of engineering services. Summary of Engineering Services for Contract No. 49334 Total Contract Description Amount Contract M&C No. Amount Professional Awarded Contract Engineering $1,000,000 $1,000,000.00 M&C C-28290 Services for Preliminary "I\ Native American Owned Business" Ik 5700 W. Plano Pkwy. Suite 1000 Plano,TX 75093 214.440.3600 LAMB-STAR Summary of Engineering Services for Contract No. 49334 Total Contract Description Amount Contract M&C No. Amount Engineering of Meandering Road No M&C— Amendment No. 1 Revised funding -$200,000 $800,000 Administratively Approved Additional Professional Engineering Amendment No. 2 Services for $350,000 $1,150,000 M&C 19-0182 Preliminary Engineering of Meandering Road Additional Professional Engineering Services for Amendment No. 3 PS&E, $1,331,140 $2,481,140 This M&C Letting/Award, Construction, and Close-out Support of Meandering Road Changes to the contract shall become effective upon approval of the M&C and Advanced Funding Agreement with TxDOT. We appreciate the opportunity to be of continued service to the City. Please contact us if we need to provide any further information. City of Fort Worth: Lamb-Star Eng' Bering, LLC 4Derek A.White,PhD,PE(Feb 5,202113:41 CSC Derek White, PhD, PE William O'Dell, PE, ASQ CMQIOE Senior Project Manager Director of Engineering Transportation and Public Works "A Native American Owned Business" ATTACHM ENT "A' Scope for Engineering Design Related Services for Street Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The objective of this project is to improve vehicular, pedestrian, and bicycle safety on Meandering Road from Roberts Cut Off Road to the east entrance of the Naval Air Station Joint Reserve Base, Fort Worth. The anticipated scope ofsendces for this project shall include (but not be limited to) route studies and schematic design, minor roadway design, traffic engineering studies, traffic signal timing, street and pedestrian illumination design, traffic signal design, bicycle and pedestrian facility design, storm water analysis and design, environmental analysis and design, right of way acquisition support, easement acquisition support,boundaryand topographic surveys,subsurface utilityexploration,construction phase assistance, and any potential federal and/or state environmental permits. 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. Permitting Task 10. Plan and Submittal Checklists TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 22 • 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 and document biweeklyproject update meetings with CITY Project Manager • Conduct review meetings with the CITY at the end of each design phase • Conduct and document weeklydesign team meetings • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the respective CITY Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly DBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary forthe 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 partof the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUM PTIONS • No Assumptions 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 DBE Report Form and Final Summary Payment Report Form G. Plan Submittal Checklists( See Task 10) City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 2 of 22 TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addressesthe design problem, and to obtain the CITY's endorsementof this concept. ENGINEER will utilize concepts and criteria contained in the current CITY iSWM Criteria Manual for Site Development and Constructionfor conceptual planning and design. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities,agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • 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. 2.2. Traffic Studies&Modeling • Traffic study and level of service analysis for the intersection of Roberts Cut Off and Meandering Road. 2.3. Alternative Analysis • Alternative Analysis will include Meandering Road From Roberts Cut-Off to SH183 2.4. Intersection Analysis • Intersection alternatives at Roberts Cut Off and SH 183. • Revise intersection evaluations to correspond with approved changes of preliminary engineering and resubmit 60%construction plans 2.5. Subsurface Utility Engineering • Provide Subsurface Utility Engineering (SUE) per Task 8. 2.6. The Conceptual Design Package shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • Traffic Studies&Modeling: Draft and final technical memorandum as well as documenting the responses to review comments. City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 3 of 22 • Traffic Control Plan: Develop a traffic control plan utilizing standard traffic reroute configurations posted as"Typicals" on the CITY's BIM 360 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. Provide a written summary of the distinct phases to take place during construction operations to include road and/or lane closures, limited access to adjacent properties, and limited access to pedestrian and bicycle traffic. • Traffic Count Data: Microsoft Excel spreadsheet of Raw24-hour and Turning Movement Count data gathered at 15 minute intervals at a minimum on all raw data collected. Provide Daily Summaries by Approach and Peak-Period Summaries by Approach. Spreadsheet shall be uploaded to the BIM 360 folder `TPW Traffic Count Data'. • Conceptual iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. • Proposed phasing of any water, sanitary sewer, and/or drainage work that is included in this project documented in both the project schedule and narrative form. • Existing typical sections of the roadway to be constructed along with proposed typical sections which outline the proposed improvements. Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs,sidewalks, and retaining walls. • Conceptual plan and profile sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, city owned and franchise utilities,and existing roadway vertical alignments (profiles). • Drainage area map with supporting drainage computation in the CITY's standard tabular format. • Documentation of key design decisions. • Estimates of probable construction cost. ASSUM PTIONS • All storm water calculations and design shall conform to the CITY current iSWM Criteria Manual for Site Development and Construction. • 12 sets of 11 x17 size plans will be delivered for the 30%design. • DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360. • ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 4 of 22 DELIVERABLES A. Conceptual Design Package B. Traffic Count Data C. Conceptual iSWM Checklist D. Existing Utility Layouts E. Test Hole Data Sheets 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: • Traffic Control Plan updated to reflect any changes as a result of the conceptual design submittal while also including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified(existing City Monument#8901, PK Nail, 5/8" Iron Rod);X,Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z 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 atthe Southeast corner of North Side Drive and North Main Street). • SUE plan drawings. • Preliminary iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. • Updated existing and proposed typical section sheets. • Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points,and high points; lengths of vertical curves, grades, K values,e, and vertical clearances where required. • No less than two bench marks plan/profile sheet. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Overall project easement layoutsheet(s). City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 5 of 22 • Intersection layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and existing and proposed contours (0.25' intervals) • Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, and pavement details. • ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1" =200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of- way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Other frequencies as required by iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the CITY's current iSWM Criteria Manual for Site Development and Construction. All locations in the project area where 100-year runoff exceeds available storm drain and right-of-way capacities shall be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. • Storm drain layoutsheets showing location and size of all inlets, manholes, junction boxes, culverts and piping to include storm drain profiles showing existing and proposed flow lines, flows, lengths and slopes of pipe,top of ground profile over pipe and connections to existing or proposed storm sewer systems. • Preliminary signing, pavement marking, illumination and signal layouts. 3.2. Geotechnical Investigation/Pavement Design • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. • The ENGINEER shall prepare a detailed geotechnical engineering studyand pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2005. The study shall include recommendations regarding utility trenching and identify existing groundwater elevation at each boring. 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Public Meeting City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 6 of 22 • After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, and attend public meeting to help explain the proposed project to residents.The CITY shall select a suitable location, prepare and mail the invitation letters to the affected customers. The ENGINEER shall coordinate with the CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. 3.5. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future)that have an impactor 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 BIM 360 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. ASSUM PTIONS • Additional documents per PS&E Checklist for Letting as per TxDOT PS&E Preparation Manual dated October, 2017. • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • 12 sets of 11 x17 size plans will be delivered for the 60%design. • 12 sets of specifications will be delivered for the 60%design. • DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360. • All submitted documents and checklists will be uploaded to the designated project folder in BIM 360 • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • 12 sets of full size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Preliminary iSWM Checklist City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 7 of 22 C. Utility Clearance drawings D. Geotechnical Report E. Estimates of probable construction cost F. Public Meeting exhibits TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). • Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Final draft construction plans (90%) including iSWM Construction Plan and specifications shall be submitted to CITY per the approved Project Schedule. • Final iSWM Checklist in accordance with the current iSWM Criteria Manual for Site Development and Construction. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%)to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90%and 100%design packages. This estimate shall use ONLY standard CITY bid items. ASSUM PTIONS • 12 sets of 11 x17 size drawings and 12 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 BIM 360. • 12 sets of 11 x17 size drawings and 12 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 BIM 360. [ENGINEER tE) plFevide estimated final sheet lost (eever4index-, geneFal %teG, eGHtF81 et" DELIVERABLES A. 90%construction plans and specifications. B. Final iSWM Checklist C. 100%construction plans and specifications. D. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 8 of 22 E. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto BIM 360 for access to potential bidders. • Contract documents shall be uploaded in a .)ds 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 BIM 360 in two formats, .pdf and .dwffiles. The .pdf will consist of one file of the entire plan set. The .dwfwill 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 BIM 360 from documents sold and from Contractor's uploaded Plan Holder Registrations in BIM 360. • 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 BIM 360 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 BIM 360 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 reviewall 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 BIM 360. City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 9 of 22 • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings • Final Design Drawings shall be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file and DWF format. There shall be one (I)PDF file and one (1) DWF file (created from CAD application of drawing) for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing filess and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667 org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X 12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in BIM 360. • In addition to the PDF and DWF files,the ENGINEER shall submit each plan sheet as an individual DWG file with all referencefiles integrated into the sheet.If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files,but shall include the sheet number in the name—"W-1956 SHT01.dwg", "W- 1956_SHT02.dwg",etc. II. Water and Sewer file names shall use the Xnumber 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 numberfor the project, contact the Department of Transportation and Public Works Vault at City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 10 of 22 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. ASSUM PTIONS • The project will be bid only once and awarded to one contractor. • 12 sets of construction documents will be printed and made available for purchase by planholders and/or given to plan viewing rooms. • 12 sets of 11x17 and 12 sets of 22x34 size plans and specifications(conformed, if applicable)will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to BIM 360. DELIVERABLES A. Addenda B. Bid Tabulations and Bid Evaluation C. Recommendation of award D. Construction documents(conformed,if applicable) E. CFW Data Spreadsheet 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. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contractfor construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such reviewa guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in BIM 360. City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 11 of 22 • The ENGINEER shall provide the CITY with a letter of certification sealed by a licensed professional engineer stating all materials incorporated into the project are in conformity with the approved plans and specifications to support the CITY's Quality Assurance Program(QAP). • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders,and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the"Final" project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from the Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changeswere provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only thatthe documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. • Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file and DWF format. There shall be one (1)PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files foreach sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 12 of 22 I. TPW file name example — "W-1956_org47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667 org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X 12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in BIM 360. For information on the proper mannerto submit files and to obtain a file numberfor 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. ASSUM PTIONS 0 Site Visits aFe assumed. FI's a assumed. QR8 GOB f�Ze (22464") mylaFs YAII be delivered to the GITV 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 TASK 7. ROW/EASEM ENT SERVICES. City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 13 of 22 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 temporaryand 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 constructthe improvements. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site. 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare, mail and obtain Temporary Right of Entries from landowners. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to entertheir property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site. ASSUM PTIONS • Right-of-Way research includes reviewof 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 metes and bounds provided on CITY forms. B. Temporary Right of Entry Letters TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 14 of 22 location of buried utilities, structures,trees(measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and otherfeatures relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod) b. Y, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving,when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare, mail and obtain Temporary Right of Entry from landowners. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site. 8.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE)to Quality Levels D, B, C, and A, as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. Quality Level D • Conduct appropriate investigations(e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records(e.g., utility owner base maps, "as built"or record drawings, permit records, field notes, geographic information system data, oral histories, etc.)on the existence and approximate location of existing involved utilities. City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 15 of 22 • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate datafrom different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.)as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Quality Level B (includes tasks as described for Quality Level C) • Select and apply appropriate surface geophysical method(s)to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 16 of 22 reduction, that enables the correlation of surface geophysical data to the projects survey control. Quality Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type,where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. 8.4. Construction Survey • ENGINEER shall be available to the CITY on matters concerning the layout of the project during its construction c�iv--vrprvrcc vrthe Pr"vJc6rtheSe-19vmrrrfli-iEt be iRdiVOISOM8. ctrG1ccsiidcF 5vv-rc maintain intepyisibility between ea6h peint. ENGINEER shall establish a Minifflum r,r.-.ie6t) aR d shall p vi.de the fe-IlewiRg 6 GtP 6tieH stakiv,STORM DRAJIN STAKING: Rpeynde an Aset stake at.--r..,rii.-..,�.• einteFyals e eUFyee tangent, Ar ,4mr-,l ;, gle p Rts with a e t to flew liY,r and a ..,-+/fill to the+.,p e length,all gFade blFeaks on the RatUFal gFeund. Lead lines shall alse be staked Cf1A EXCAVATIf1A1 RFevide 0' a eFty liHe .#set eUFb. The Fight ef way shall alse be flagged dUFORg this PFE)eess aleng M4 IiH.,aR d . a de "ta4cs fee e)Eavc+ieH-pi rpvE;eE;.Stake-cInI-ye-Oir EaiI-arrc FINAL ROADWAY STARING: PFeyi.de 4' eF 5' e#set stakes at 59' M nteFVaI6 and at all points ef epeints ef tangent, and at all helFiZeRtal ArueftFeall angle peiHts yith-cA r-,44fill to the tepcvp-e pFapased GuFb. St&kiRg fee 6yFh „,d„ r d i—erseet+agstKeets ifFeq;uiFed, shall be rf.,"e d undeF final pavement staking. inlets shall be staked Of needed. get taGlis City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 17 of 22 the ++ ," Tii�s+c ii�,a�r3v(l� ., I. shall h., , +.,I ,r.;,Y,. .,f R-ANITA�SEWE 7 CTAll1Al& PrO vi.dr. a, e#E;et sta a "S�-at 50'-rrr+c�"rrv'c"rlrJ Fequ + +.,f.,AW.,'MAe A-R d a, u+/fill+.,+.,p of r.rer.ese d M. eles. pFeyi.d., c r r �i II ham, I., +8d h��tWe T-V e .+neR�.,hi6 r V 1.,E. , vcrvrCdbirrvc-rvC-2 c uyl�vv-v}s irr tome E)f GeRGtFHGtieR. Stake easements and pFepeFty lines W9 f r.,quir .d a aloes tees .d II h.,ri +' I Ill C�h=�v=c��r-rcga•rr �dzrrc�. ,rc �n-�-rvrri�61� vrccPciC-2r aRgle peiRtS VAth a GUt tG t8p ef Pope BF f18W line ef pope (depending en the r„err..-SeS DFeVi.de .#SP-t-Il7C-d f6 e d fir., ties to all valves by draHt tee heriZe.ptal A_ r.r+i.-..;,I h ,Y, 1s ,Y, 1 +h.,r "AS STAKED" RECORD OF THE f`ONSTRUCTIf1Al: Thre-ugh4ut the I, , Pir..,size and type, peFeeRt of gFa de of.m.a p 'one Imo,teFals be-d- , , , , City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 18 of 22 ties-te All leeatiAA'; lines; lir...s and tee inte.-.-.eetm...-. .-.keteh Gut and foil deewnentatmen. o f`f OR-DIAIATIPIAI WITH CITY INSPF= `T-ORI '`/IAITRAf`T/lR-: Fa I�i=ER'E; 0 _per hey�r fer A field nnaieF FestakiH5'T•ay be Peq�.d i�bstatial nuw bep of the initial stakes a e Lr..-.6ke d .d.-.ym a 1AI+8f th.-. .. r.+r.-...+.- S HtFaGtA-r.hall h., r sihlefeF r g the CAIGINIEFeR fee this a d.dhi.,AA-I�.4904 rh Ir eatieiq 0 driveways R d FetanigiRg walls a este.d by tl GITV 0% ,.,IL.-. .�, o SPECIAL CONDITIONS.: a. The GITV IRnr..,6teF assigHe d to the pFejeet shall eyersee All PR AMP, GtieR staI Rg , •, times e Of appimeable, GaRitaFY seweF fiffit, e a.d%s y E;tF dieR fe th aR d shall vide a gh stF etieR stakiRg e. Amembe!FefENGINEER's fiFFflfaFfliIiaFYAth pFejeet shall be available at all times ASSUM PTIONS • No Assumptions. DELIVERABLES City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 19 of 22 A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. C. SUE plan drawings sealed by a professional engineer registered in the State of Texas. TASK 9. PERMITTING. ENGINEER will provide permitting support forthe CITY to obtain any and all agreements and/or permits normally required for a projectof this size and type, as follows. 9.1. Storm Water Pollution Prevention Plan • For projects that disturb an area greaterthan 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 CITYiSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. 9.2. Environmental Services • Negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY review • Submitting revised forms for agency review • Responding to agency comments and requests 9.3. Floodplain Services • Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY review • Submitting revised forms for agency review • Responding to agency comments and requests 9.4. Texas Department of Transportation (TxDOT)Permit • Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY and TOOT review • Submitting revised forms for agency review City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 20 of 22 • Responding to agency comments and requests 9.6. Texas Department of Licensing and Regulation (TDLR) • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. • Submit construction documents to the TDLR • Completing all TDLR forms/applications necessary • Obtain the Notice of Substantial Compliance from the TDLR • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in Writing of the results of the inspection. • Responding to agency comments and requests ASSUM PTIONS • Permit preparation Will begin after approval of the Conceptual Design. meetings aFe assumed With f8F the peFFAit. DELIVERABLES A. Copies of Permit Applications B. Copies of Approved Permits TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Traffic Storm Storm Lights /Sewer Traffic Control Control Control Attachment"A" Signal Engineering 30% 60% 90% Water Water (Submit (Submit Type (Submit All (Submit All 30% 60/°) @ 30%) 30% 60% All @ All ) @ 60%) Kequired Tor all work in City ROW r--S X X X X X* X X X X City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 21 of 22 Storm Water X X X X X Water/Sewer X X X X *If included in street project ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services—CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection afterfinal completion. • Services to support, prepare, document, bring, defend,or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Project Control—Not Included • Cross Sections and Drainage Study- Not included. City of Fort Worth, Texas Attachment A PMO Release Date: 02.06.2015 Page 22 of 22 ATTACHM ENT B COM PENSATION Design Services for Meandering Road City Project No. 100873 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2020 Rate 2021 Rate ($/hour) ($/hour) Project Director $255 $255 Project Manager $229 $229 Sr Design Engineer 191 191 Sr Design Tech $166 $166 Design Engineer 166 166 EIT $109 $109 Env Scientist 163 163 Admin $112 $112 Survey/SUE PM $170 $170 Survey/SUE Task Manager $150 $150 Survey/SUE CADD Tech $110 $110 Survey/SUE Field Inspector 110 110 Survey/SUE Field Crew $160 $160 SUE Test Holes 1500 1500 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 1 of 4 B-1 ATTACHM ENT B COM PENSATION iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 2 of 4 B-2 ATTACHM ENT B COM PENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Lamb-Star Engineering Project Management and $978,823 73.5% Design Proposed DBE Sub-Consultants Multatech Drainage Design $63,916 4.8% Othon Signal Design and Illumination $123,700 9.3% Non-DBE Consultants Berg-Oliver Environmental Clearance& $164,701 12.4% Public Involvement TOTAL $1,331,140 100% Project Number & Name Total Fee DBE Fee DBE % 1008973—Design Services for $1,331,140 $187,616 14.1% Meandering Road City DBE Goal = 44^5 % Consultant DBE Committed Goal = 14.1% TxDOT DBE Goal = 4.5 % City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 3 of 4 B-3 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 desired work types and work phases. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 4 of 4 B-4 MILESTONE DATES AND GANTT CHART Design Services for Meandering Road City Project No. 49334 Design Complete: 9/2021 Engineering Complete: 7/2023 ROW Complete: 6/2022 Construction Complete 9/2024 ! f ! ( � A _ \\\ \ \ 2 t its tin hi J &a £ ilk j \ \ \ } /K z u & / } {\ eJ § ; <w al =; y;a;=g;; WW2 y=a©; /\}/} k}i SR Li MAN 2,2,§d§2§mosuapi2 ,g / \4 : : ; yl; ; z :: !l � : � ; On LU ! :y z : a:: IIJ1 ,,G §Q: lII }/\ #4«»4««47T>7Taaaaaa-- #>;®!»<Kd in k§!=} \ \\ E' ;=o _o. ,; ! \U, \ Ei ps 75 53 \ \\\ 2 2 \\\\�\\ E - rc m � s i 3 Z a ti >a o o in v6 IS W O U N KGo sa o K q m W y N O c F- £ c.- Ei 65 aa a w a t e E m¢ E E E E 0 - 2 L� FORT WORTH PROJECT 49334 BID NUMBER Chance Order ) Amendment f� (If Applicable Please Check One) Office of Business Diversity LETTER OF INTENT TO PERFORM AS A DBE SUBCONTRACTOR/SUBCONSULTANT [NOTE: Pursuant to the City of Fort Worth Business Diversity Enterprise Ordinance, certified DBE firms participating under the DBE Policy must be certified prior to recommendation of award in order to be counted towards subcontracting participation. If the City of Fort Worth determines that a proposed DBE firm is not certified according to the Ordinance/Policy requirements the firm should immediately submit a completed certification application to the North Central Texas Regional Certification Agency (NCTRCA),or the Texas Department of Transportation (TXDOT)] 1. Name Of Project Professional Engineering Design Services for Design of Meandering Road from East Gate of NASJRB to River Oaks Blvd/SH183 2. Name of Offeror/Prime Contractor Lamb-Star Engineering, LLC 3. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project(where applicable specify"supply"or"install"or both): Drainage Design for Meandering Road at the amount of$ 63,916 Eric A. Canales Multatech Engineering (Owner!Authorized Agent)T or Print Name (Name of Certified Firm) _---� Pr- 08/04/2020 (Sig ature of Owner!Authorized Agent of Certified firm) (Date) ecanales@multatech.com 817-289-2087 (Email Address) (Office Phone Number) (Fax Number) AFFIDAVIT OF Offeror/Prime I HEREBY DECLARE AND AFFIRM that I, Jill Van Hoewyk am the duly authorized representative of (Owner/Authorized Agent) Lamb-Star Engineering, LLC and that I have personally reviewed the material and facts (Name of OfferorlPrime) set forth in this Letter of Intent to Perform. To the best of my knowledge, information and belief,the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth Business Diversity Enterprise Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth Business Diversity Enterprise Ordinance. do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct,and that I am authorized on behalf of the Offeror/Prime to make the affidavit. Jill Van Hoewyk Lamb-Star Engineering, LLC (Owner! thorized Agent)Type or Print Name (Name of Offeror/Prime) 8/4/2020 (Sign t fe of Owner thorized Agent) (Date) jill.vanhoewyk@Iamb-star.com 214-440-3600 (Email Address) (Office Phone Number) (Fax Number) Contract:Office of Business Diversity Rev.04/29/2019 Email:mwbeoffi ce odfortworthtexas.gov Ph:817-392-2674 FORT WORTH PROJECT 49334 BID NUMBER Change Order❑ Amendmentf✓1 (If Applicable Please Check One) Office of Business Diversity LETTER OF INTENT TO PERFORM AS A DBE SUBCONTRACTOR/SUBCONSULTANT [NOTE: Pursuant to the City of Fort Worth Business Diversity Enterprise Ordinance, certified DBE firms participating under the DBE Policy must be certified prior to recommendation of award in order to be counted towards subcontracting participation. If the City of Fort Worth determines that a proposed DBE firm is not certified according to the Ordinance/Policy requirements the firm should immediately submit a completed certification application to the North Central Texas Regional Certification Agency (NCTRCA),or the Texas Department of Transportation (TXDOT)] 1. Name of Project Professional Engineering Design Services for Design of Meandering Road from East Gate of NASJRB to River Oaks Blvd/SH183 2. Name of Offeror/Prime Contractor Lamb-Star Engineering, LLC 3. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project(where applicable specify"supply"or"install"or both): Signal Design and Illumination for Meandering Road at the amount of$ 123,700 Srinivas M. Sangineni, PE, PTOE, PTP Othon, Inc., Consulting Engineers (Owner/Authorized Agent)Type or Print Name (Name of Certified Firm) 08/04/2020 (Signature of Owner/Authorized Agent of Certified firm) (Date) ssangineni@othon.com 214.340.7344 214.221.7411 (Email Address) (Office Phone Number) (Fax Number) AFFIDAVIT OF Offeror/Prime I HEREBY DECLARE AND AFFIRM that I, Jill Van Hoewyk am the duly authorized representative of (Owner/Authorized Agent) Lamb-Star Engineering, LLC and that I have personally reviewed the material and facts (Name of OfferorlPrime) set forth in this Letter of Intent to Perform. To the best of my knowledge, information and belief,the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth Business Diversity Enterprise Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth Business Diversity Enterprise Ordinance. do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct,and that I am authorized on behalf of the Offeror/Prime to make the affidavit. Jill Van Hoewyk Lamb-Star Engineering, LLC (Owner/A orized Agent)Type or Print Name (Name of Offeror/Prime) 8/4/2020 (Signat r of Owner/A rized Agent) (Date) jill.v hoew Iamb-star.com 214-440-3600 (Email Address) (Office Phone Number) (Fax Number) Contract:Office of Business Diversity Rev.04/29/2019 Email:mwbeoffi cetfortworthtexas.gov Ph:817-392-2674 White, Derek A From: Vanrajsinh Mahida <Vanrajsinh.Mahida@txdot.gov> Sent: Wednesday, November 18, 2020 3:20 PM To: White, Derek A; Eric.Greenman@Iamb-star.com Cc: Iftekhar Ali; Rose Rodriguez Subject: FW: CSJ 0902-90-172 Letting Date Jan-21 Status Attachments: 2020 1106 Budget Worksheet_Rev01.xlsx;42185_City of Ft Worth—Amendment 1.pdf; 42196_City of Ft Worth_Prime.pdf; FPAA 0902-90-046.pdf; FPAA 0902-90-172.pdf CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Derek, FYA THANKS Raj From: Diana Miranda Sent:Thursday, November 12, 2020 9:16 AM To:Vanrajsinh Mahida <Vanrajsinh.Mahida@txdot.gov> Cc: Iftekhar Ali <Iftekhar.Ali@txdot.gov>; Ali Momenzadeh <Ali.Momenzadeh@txdot.gov>; Ngozi Lopez <Ngozi.Lopez@txdot.gov>; CIV_Reporting<CIV_Reporting@txdot.gov> Subject: FW: CSJ 0902-90-172 Letting Date Jan-21 Status Below is our review of the attached proposal for CSJ#0902-90-172. ASSIGNED DBE GOAL Based on the project's Federal funding,type of work, location, overall and item cost estimate values, subcontracting opportunities, certified DBE firms in vicinity of the project location, and size of the project,this office hereby assigns a race-conscious DBE goal of FOUR AND ONE HALF PERCENT(4.5%) for this project proposal. Race-neutral DBE participation is encouraged and suggested. Race-neutral participation is achievable through various opportunities such as DBE material supplier, subcontracting,etc. If you have any concerns about this DBE goal,or information that indicates the goal should be different, please advise this office. q-hanbou, Diana 9bliranda Texas Depattment of Transportation Civil ights Ovision Ph: (512)416-4757 EmaiC diana.miranda@txdot.gov x 1 From: Vanraisinh Mahida To: White,Derek A Cc: Noozi Looez; Eric Greenman;Allen,Chad A; Minh Tran Subject: RE: Lamb-Star Amendment No 3-CSJs 0902-90-046,0902-90-172 Meandering Road(amendment for Lamb- Star reviewed) Date: Monday,January 4,2021 12:56:58 PM Attachments: imaae001.ioa image002.ioo CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Derek, Please consider email as approval for this documents. Please send me legal signed copy for my record, Thanks Raj From: White, Derek A [ma i Ito:Derek.White@fortworthtexas.gov] Sent: Monday,January 4, 2021 8:27 AM To:Vanrajsinh Mahida <Vanrajsinh.Mahida@txdot.gov> Cc: Ngozi Lopez<Ngozi.Lopez @txdot.gov>; Eric Greenman <Eric.Greenman@Iamb-star.com>; Allen, Chad A<Chad.Allen@fortworthtexas.gov>; Minh Tran <Minh.Tran@txdot.gov> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning, Raj. I downloaded this from TxDOT's website (LG Project Management Guide ). If you haven't already, please send us the approval letter for this amendment ASAP. Thanks, Derek Derek A. White, PhD, PE Senior Project Manager City of Fort Worth Transportation and Public Works 200 Texas Street Fort Worth,TX 76102 Office: (817) 392-2383 1 Cell: (817) 682-3181 Email: derek.white(@fortworthtexas.gov City of'Fort Worth— Working together to build a strong community. Fort Worth ❑® From:Vanrajsinh Mahida [mailto:Vanrajsinh.Mahida()txdot.gov] Sent: Monday, December 28, 2020 7:49 AM To: White, Derek A<Derek.WhitePfortworthtexas.gov> Cc: Ngozi Lopez<Ngozi.Lopez(@txdot.gov>; Eric Greenman <Eric.Greenman(@lamb-star.com>; Allen, Chad A<Chad.Allen(@fortworthtexas.gov> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Derek, I hope You enjoyed holidays! Would you please send me legible copy for me? I have hard time to read it and I also can't search from LGP101 class notes. Thanks, Raj From: White, Derek A [ma i Ito:Derek.WhitePfortworthtexas.gov] Sent: Sunday, December 27, 2020 4:27 PM To:Vanrajsinh Mahida <Vanrajsinh.Mahida(@txdot.gov> Cc: Ngozi Lopez<Ngozi.Lopez(@txdot.gov>; Eric Greenman <Eric.GreenmanPlamb-star.com>; Allen, Chad A<Chad.Allen(@fortworthtexas.gov> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi, Raj. This is understood and we are proceed as such. However, as explained in the LG Project Management Guide on page 4-60, it appears we need TxDOT's approval prior to executing the amendment (see screenshot below). RI So, please help us and complete our original request. We need to document the review and approval by TxDOT. Thanks, Derek Derek A. White, PhD, PE Senior Project Manager City of Fort Worth Transportation and Public Works 200 Texas Street Fort Worth,TX 76102 Office: (817) 392-2383 1 Cell: (817) 682-3181 Email: derek.white(o)fortworthtexas.gov City of Fort Worth— Working together to build a strong community. Fort Worth ❑® From:Vanrajsinh Mahida [mailto:Vanraisinh.Mahida(@txdot.gov] Sent: Wednesday, December 23, 2020 5:17 PM To: White, Derek A<Derek.White(@fortworthtexas.gov> Cc: Ngozi Lopez<Ngozi.Lopez(@txdot.gov>; Eric Greenman <Eric.Greenman()lamb-star.com>; Allen, Chad A<Chad.Allen(@fortworthtexas.gov> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Derek, This amendment is between consultant and city. TXDOT is just making sure that is aligned with TXDOT standards for reimbursement. Please coordinate with city official and when it is finalized please send one legal copy to me for my record. Thanks Raj From: White, Derek A [mailto:Derek.White(@fortworthtexas.gov] Sent:Tuesday, December 15, 2020 2:57 PM To:Vanrajsinh Mahida <Vanraisinh.Mahida(@txdot.gov> Cc: Ngozi Lopez<Ngozi.Lopez CcDtxdot.gov>; Eric Greenman <Eric.Greenman(@Iamb-star.com>; Allen, Chad A<Chad.Allen(@fortworthtexas.gov> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Thanks, Raj. So is this email an official approval of LambStar's professional service contract amendment#3? -Derek Derek A. White, PhD, PE 2/3/2021 M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTWORT11 DATE: 2/2/2021 REFERENCE**M&C 21- LOG 20ENGINEERING AMENDMENT NO. 3 NO.: 0090 NAME: FOR MEANDERING ROAD PROJECT CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 7) Authorize Execution of Amendment No. 3 to an Engineering Services Agreement with Lamb-Star Engineering, L.P. in an Amount Up to $1,331,140.00 to Provide Additional Professional Engineering Services for the Meandering Road Project for a Revised Contract Amount of$2,481,140.00 RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No. 3 to City Secretary Contract No. 49334, with Lamb-Star Engineering, L.P., in an amount up to $1,331,140.00 for additional engineering phase services and construction support for the Meandering Road — LT JG Barnett Road project (City Project No. 100873). DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize Amendment No. 3 to the existing engineering services agreement with Lamb-Star Engineering, L.P. (Lamb-Star). This amendment will provide for professional services required to produce final plans, specifications, estimates, right-of-way exhibits, bidding, and construction management for the reconstruction of the Meandering Road — LT JB Barnett Road project. Lamb-Star was awarded contract No. 49334, (M&C C-28290, June 20, 2017) to perform preliminary design and scope development for the project. On October 25, 2017, Amendment No. 1 was approved administratively to revise the funding and Amendment No. 2 (M&C 19-0182, Sept. 24, 2019) provided for Lamb-Star to continue preliminary engineering. On September 22, 2020, the City Council approved M&C 20-0722 to execute an Advanced Funding Agreement (AFA) with the Texas Department of Transportation (TxDOT), which revised the original AFA, and accepted $18,284,010.00 of federal grant funds to complete the next phases (final design, property acquisition, and construction) of the Meandering Road — LT JG Barnett Road project (Meandering Road from Roberts Cut-Off in River Oaks to Anahuac Avenue in Fort Worth and LTJG Barnett from Meandering Road in River Oaks to Naval Air Station Joint Reserve Base (NASJRB) East Gate in Fort Worth) (City Project No. 100873) project. Lamb-Star proposes to complete the additional work for a fee up to $1,331,140.00. Staff considers the fee to be fair and reasonable for the scope of services proposed. The following table summarizes services for the project. Summary of Engineering Services for Contract No. 49334 Total Contract Description Amount Contract M&C No. Amount Professional Engineering Services for Awarded Contract Preliminary $1,000,000.00 $1,000,000.00 M&C C-28290 Engineering of Meandering Road apps.cfwnet.org/council packet/mc_review.asp?ID=28642&councildate=2/2/2021 1/3 2/3/2021 M&C Review Summary of Engineering Services for Contract No. 49334 Total Contract Description Amount Contract M&C No. Amount No M&C— Amendment No. 1 Revised ($200,000.00) $800,000.00 Administratively funding Approved Additional Professional Engineering Amendment No. 2 Services for $350,000.00 $1,150,000.00 M&C 19-0182 Preliminary Engineering of Meandering Road Additional Professional Engineering Services for PS&E, Amendment No. 3 Letting/Award, $1,331,140.00 $2,481,140.00 This M&C Construction, and Close-out Support of Meandering Road M/WBE Office: Lamb-Star Engineering, LLC is in compliance with the City's DBE Program by committing to 4.5\% DBE participation on this project. The TxDOT DBE goal on this project is 4.5\%. Additionally, Lamb-Star Engineering, LLC is a certified M/WBE firm. This project is located in COUNCIL DISTRICT 7 and in the City of River Oaks. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Grants Cap Projects Federal Fund for the Meandering Road project to support the approval of the above recommendation and execution of the Amendment to the engineering contract. Prior to an expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by_ Dana Burghdoff(8018) Originating Department Head: William Johnson (7801) apps.cfwnet.org/council packet/mc_review.asp?ID=28642&councildate=2/2/2021 2/3 2/3/2021 M&C Review Additional Information Contact: Monty Hall (8662) Lissette Acevedo (2722) ATTACHMENTS Meandering Rd Exhibit A rev1.pdf apps.cfwnet.org/council packet/mc_review.asp?ID=28642&councildate=2/2/2021 3/3 Senior Project Manager City of Fort Worth Transportation and Public Works 200 Texas Street Fort Worth,TX 76102 Office: (817) 392-2383 1 Cell: (817) 682-3181 Email: derek.white(@fortworthtexas.gov City of Fort Worth— Working together to huild a strong community. Fort Worth ❑® From:Vanrajsinh Mahida [mailto:Vanrajsinh.Mahida()txdot.gov] Sent:Tuesday, December 15, 2020 2:18 PM To: White, Derek A<Derek.WhitePfortworthtexas.gov> Cc: Ngozi Lopez<Ngozi.Lopez(@txdot.gov>; Eric Greenman <Eric.Greenman(@Iamb-star.com>; Allen, Chad A<Chad.Allen(@fortworthtexas.gov> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Derek, please find attached documents for Amendment no 3. If you have any questions, please let me know. I changed name of documents to know their status of documents, If you have any questions, please let me know. Thanks Raj From: White, Derek A [ma i Ito:Derek.Whitel@fortworthtexas.gov] Sent: Monday, December 14, 2020 1:56 PM To:Vanrajsinh Mahida <Vanrajsinh.Mahida(@txdot.gov> Cc: Ngozi Lopez<Ngozi.Lopez(@txdot.gov>; Eric Greenman <Eric.GreenmanPlamb-star.com>; Allen, Chad A<Chad.Allen(@fortworthtexas.gov> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) Importance: High This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi, Raj. The changes have been made and you can find the responses to your comments attached. When can we expect the final approval? Please expedite this so we can move forward. Thanks, Derek From:Vanrajsinh Mahida [mailto:Vanraisinh.Mahida(@txdot.gov] Sent: Monday, December 14, 2020 11:56 AM To: White, Derek A<Derek.WhitePfortworthtexas.gov> Cc: Ngozi Lopez<Ngozi.Lopez(@txdot.gov>; Eric Greenman <Eric.Greenman(@lamb-star.com>; Allen, Chad A<Chad.Allen(@fortworthtexas.gov> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Derek, Please find attached reviewed comments, Thanks Raj From:Vanrajsinh Mahida Sent:Tuesday, December 08, 2020 12:39 PM To: White, Derek A<Derek.White(@fortworthtexas.gov> Cc: Eric Greenman <Eric.Greenman(@Iamb-star.com>; Allen, Chad A <Chad.Allen(@fortworthtexas.gov>; Iftekhar Ali <Iftekhar.AliCo�txdot.gov> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) I have seen it but please allow some time to discuss with NTCAO THANKS Raj From: White, Derek A [mailto:Derek.White(@fortworthtexas.gov] Sent:Tuesday, December 8, 2020 10:42 AM To:Vanrajsinh Mahida <Vanrajsinh.Mahida(@txdot.gov> Cc: Eric Greenman <Eric.Greenman(@lamb-star.com>; Allen, Chad A <Chad.AllenC@fortworthtexas.gov>; Iftekhar Ali <Iftekhar.Ali(@txdot.gov> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi, Raj. Did you get a chance to complete your review for final approval? Thanks, Derek Derek A. White, PhD, PE Senior Project Manager City of Fort Worth Transportation and Public Works 200 Texas Street Fort Worth,TX 76102 Office: (817) 392-2383 1 Cell: (817) 682-3181 Email: derek.whiteC@fortworthtexas.gov City of'Fort Worth— Working together to build a strong community. Fort Worth ❑® From: White, Derek A Sent: Friday, December 4, 2020 4:10 PM To:Vanrajsinh Mahida <Vanraisinh.Mahida(@txdot.gov> Cc: Eric Greenman <Eric.Greenman(o�lamb-star.com>; Allen, Chad A <Chad.Allen(@fortworthtexas.gov>; Iftekhar Ali <Iftekhar.Ali(@txdot.gov> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) Hi, Raj. We addressed your review comments (see attached). You can find brief responses in red below. I also attached clean copies of the drafts. Once you confirm the revisions are fine, please expedite your notice of the approval of the amendment so we can keep moving on this project. Thanks, Derek Derek A. White, PhD, PE Senior Project Manager City of Fort Worth Transportation and Public Works 200 Texas Street Fort Worth,TX 76102 Office: (817) 392-2383 1 Cell: (817) 682-3181 Email: derek.whitePfortworthtexas.gov City of Fort Worth Working together to build a strong community. Fort Worth ❑® From:Vanrajsinh Mahida [mailto:Vanrajsinh.Mahida(@txdot.gov] Sent:Thursday, December 3, 2020 8:34 AM To: White, Derek A<Derek.White(@fortworthtexas.gov>; Allen, Chad A <Chad.Al Ien(@fortworthtexas.gov> Cc: Eric Greenman <Eric.Greenman(@Iamb-star.com> Subject: FW: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Derek/Chad, Comments are listed below for your convenience. 0902-90-172 Amendment 3 1. For Professional agreement document, make sure title 6 is included "non-discrimination..." Title 6 has been added as Attachment A2 2. For Attachment A, make sure it is the same scope as AFA a. Page 2, F. replace M/WBE with DBE. Revised b. Task 4, make sure 60% PS&E aligns with the scope change and re-submit 60%or intersection update Acknowledge and language added c. Task 5 Deliverables missing, Bid Analysis and certifications Bid eval added d. Page 15, is Lamb star going to prepare QAP for the project? Only letter of cert to CFW program 3. Attachment B make sure DBE goal is included. Ensure the scope is the same as AFA a. Page b-3, replace MBE (shown in 5 places on same sheet) with DBE, and fill in "TXDOT DBE Goal" 4.5%. commitment is 14%all revised 4. The schedule needs to be revised. Gantt added as requested If you have any questions/concerns/comments, please let me know. Thanks Vanrajsinh Mahida(Raj), P.E. Transportation Engineer North Tarrant Area Office - Fort Worth District. 2501 W. Euless Blvd. Euless, TX 76040. 817-399-4300 van1i4isinh.mahida6W txdot.4�ov From:Vanrajsinh Mahida Sent:Tuesday, December 1, 2020 7:05 PM To: White, Derek A<Derek.White(@fortworthtexas.gov>; Chad.Allen(@fortworthtexas.gov Cc: Iftekhar Ali <Iftekhar.Ali(cDtxdot.gov>; Rose Rodriguez<Rose.Rod riguez(@txdot.gov>; Eric Greenman <Eric.Greenman(@Iamb-star.com> Subject: RE: Lamb-Star Amendment No 3 - CSJs 0902-90-046, 0902-90-172 Meandering Road amendment for Lamb-Star reviewed) Derek/Chad Please find attached following documents (1) 3_Attachment A (2) 4_Attachment B (3) 5_MILESTONE SCHEDULE If you have any questions/concerns/comments, please let me know. Thanks Vanrajsinh Mahida(Raj), P.E. Transportation Engineer North Tarrant Area Office - Fort Worth District. 2501 W. Euless Blvd. Euless, TX 76040. 817-399-4300 van1i4isinh.mahida6E .txdot.gQy This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning. See attached for TxDOT review and approval. Please be aware that city council approved the new AFA 09-22-2020. When ready, I will be sending Rose the resolution to begin the routing. Thanks, Derek Derek A. White, PhD, PE Senior Project Manager City of Fort Worth Transportation and Public Works 200 Texas Street Fort Worth,TX 76102 Office: (817) 392-2383 1 Cell: (817) 682-3181 Email: derek.white(@fortworthtexas.gov City of'Fort Worth— Working together to build a strong community. Fort Worth ❑®