Loading...
HomeMy WebLinkAboutContract 55480CSC No. 55480 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 Kimley-Horn and Associates, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Trinity Boulevard 36-Inch Water Main Relocation, Phases 1 and 2. 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 $262,380.00 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 OFFICIAL RECORD Standard Agreement for Engineering Related Design Services Revised Date: 11.17.17 CITY SECRETARY Page 1 of 17 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. 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. 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. 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. 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 respondeat 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 (I-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all I-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 execuied by each party's designated representat�ve to be effective on ths date subscribed by the City's designated Assistant City Manager. BY: CITY OF FORT WORTH Daha gurqhdoff Dana6urghdoff ar29,202118:43CDT) Dar�a Burghdoff Assistant City Mar�ager M a r 29, 2021 Date: BY: �NGINEER Kimley-Hom and Associates, Inc. � � � � �� Gfenn A. Gary, P.E. Senior Vice President Date: 3 ^ o� � f ��,_� APPR4VAL RECOMMENDED: ���� tta�de� Christopher arder(Mar24,202ll2:45CDT) By: Chis Harder, P. E., Director Water Department Contract Comp{iance Manager: By signing, I acknowiedge that I am the persan responsibie for the r�onitonng and administration of this contract, including ertsuring all performance and reparting req�iirements. ,2u.1�� v�22GGQ�LQ2� % Suby Varughese, P.E. Project Manager APPROVED AS T� FORM AND LEGALITY 8�C/•�i ]f3lack!Mar�6, �0� I 1�:03 CD I; B�. Doug B�ack, Sr Assistant City Attomey �444b��� ATTEST: �� �oFORT���d� r����` ° P~° oO��d Mary J. Kayser �pv o o=� City Secretary �d'� °�o o� �`� ��� �EX As�ap Form 1295 No. 2021-714992 M&C No.: 21-021$ M&C �ate: March 23 202� Giry of Port Worth, 7exas Standard Agreement for Engineenng Related Desfgn Services Rewsed Date 11 17_17 Page 17 of 17 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX TRINITY BLVD PH1 & PH2 ATTACHMENT A ATTACHMENT A DESIGN SERVICES FOR 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 Scope for Enqineerinq Desiqn Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 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. WORK TO BE PERFORMED PROJECT DESCRIPT/ON: The ENGINEER will assist the City in the preparation of Construction Documents for approximately 6,000 linear feet of 36-inch water transmission main in two separate phases. The proposed water line will replace an existing 33-inch water transmission main along Trinity Boulevard in conjunction with the Trinity Boulevard Phase 1 and Phase 2 roadway arterial projects, and will be designed as two separate bid packages. Phase 1 project limits are along Trinity Boulevard from approximately 1,200 LF northeast of IH-820 and continuing east to approximately 500 linear feet east of Salado Trail (3, 500 linear feet total). Phase 2 project limits will start at the eastern end of Phase 1 and continue east to Thames Trail (2,500 linear feet total). Construction phase services for Phase 2 are not included in this scope of services. Task 1. Task 2. Task 3. Task 4. Task 5. Task 6. Task 7. Task 8. Task 9. Task 10 Task 11 Task 12 Task 13 Task 14 Task 15 Task 16 Phase 1 — Design Management Phase 1 — Conceptual Design Phase 1 — Preliminary Design Phase 1 — Final Design Phase 1— Construction Contract Documents Phase 1— Bid Phase Services Phase 1— Construction Phase Services Phase 1 — Record Drawings Phase 1— Survey and Subsurface Utility Engineering Services Phase 2 — Design Management Phase 2 — Conceptual Design Phase 2 — Preliminary Design Phase 2 — Final Design Phase 2— Construction Contract Documents Phase 2— Bid Phase Services Phase 2— Survey and Subsurface Utility Engineering Services City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 TASK 1. PHASE 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 2 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 • 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 • 4 MWBE reports will be prepared • 4 meetings with city staff • 4 monthly water department progress reports will be prepared • 4 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 M/WBE Report Form and Final Summary Payment Report Form TASK 2. PHASE 1— CONCEPTUAL DESIGN (30 PERCENT). Conceptual Design will not be included in this scope of services TASK 3. PHASE 1— 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 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. 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. 3.2. Geotechnicallnvestigation 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. 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. 3.4 Cathodic Protection Study City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 Cathodic Protection Design — ENGINEER's subconsultant will provide Cathodic Protection Design Services for three (3) pipe material alternatives, ductile iron, steel, and bar-wrapped concrete steel cylinder pipe, along the water line alignment. Tasks will include Analysis of existing pipelines and review of previously performed geotechnical studies, and Design Recommendations. This task does not include field or lab work of in-situ soils. A report will be prepared that documents the analysis, and an opinion of probable construction cost for cathodic protection and interference control systems. ASSUMPTIONS • 2 site visits will be conducted during the preliminary design phase. • 0 public meeting(s) will be conducted or attended during the preliminary design phase. • 4 borings at a bore depth of 15 feet each will be provided. • 2 sets of 22x34 size plans will be delivered for the Constructability Review. • 2 sets of 22x34 size plans and 2 sets of 11 x17 size plans will be delivered for the Preliminary Design (60% design). • 1 set of Table of Contents, Bid Proposal, and Prequalification Statement will be delivered for the Preliminary Design (60% design). • 1 sets of 22x34 size drawings (.pdf) will be uploaded to BIM 360 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. Storm Water Pollution Prevention Plan D. Opinions of probable construction cost E. Specification Table of Contents, Bid Proposal and Prequalification Statement. F. Data Base listing names and addresses of residents and businesses affected by the project. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 TASK 4. PHASE 1— FINAL DESIGN (90 PERCENT) Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • 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. • Drawings will incorporate all City comments from the Preliminary Design Package • Drawings will be prepared in accordance with City Construction Standards • Final Design will include Cathodic Protection Design Plans as prepared by ENGINEER's Cathodic Protection subconsultant. • The ENGINEER shall submit a final design opinion of probable construction cost with the 90% design package. ASSUMPTIONS • The CITY's front end and technical specifications shall be used. The ENGINEER shall supplement the technical specifications if needed. • 4 site visits will be conducted during the final design phase. • 2 sets of 11x17 size drawings and _2 sets of 22x34 size drawings and 2 specifications will be delivered for the 90% Design package. • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an additional 0 project specific traffic control sheets will be developed. • Design Drawings will be uploaded to BIM 360 (.pdf) • Design Specifications will be uploaded to BIM 360 (.pdf) • Estimated Final Sheet List: • Civil Plans: • Cover • Sheet Index, General Notes, Project Specific Notes • Construction Sequencing Sheet • Dimensional Control Sheet • Existing and Proposed Water Layouts (2 sheets) • Existing Sewer Layout • Proposed Water Plan and Profile (6 sheets) City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 6 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 • City Standard Details (3 sheets) • Project Specific Details (2 sheets) DELIVERABLES A. 90% construction plans and specifications (hard copies and file formats indicated above). B. Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 5. PHASE 1— CONSTRUCTION DOCUMENT PREPARATION. Upon approval of the Final Design plans, ENGINEER will prepare construction documents as follows: • Address and incorporate City comments from the 90% Final Design review. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90°/o construction plan review meeting with the CITY, the ENGINEER shall commence with preparation of the Lift Station Construction Documents, and provide the package to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design opinion of probable construction cost with the Construction Documents design package. ASSUMPTIONS • 2 sets of 11x17 size drawings and _2 sets of 22x34 size drawings and 2 specifications will be delivered for the Construction Document package. • Design Drawings will be uploaded to BIM 360 (.pdf) • Design Specifications will be uploaded to BIM 360 (.pdf) DELIVERABLES A. Signed and Sealed Bid Documents. B. Detailed opinions 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: 08.1.2014 Page 7 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 TASK 6. PHASE 1— BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 6.1. 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.xls 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 .pdf format. The .pdf will consist of one file of the entire plan set. • 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. • 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 BIM 360. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS • The water line 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 8 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 • 1 set of construction documents will be sold to and made available on BIM 360 for plan holders and/or given to plan viewing rooms. • 5 sets of 11x17 size and 5 sets of 22x34 size drawings plans and 5 specifications (conformed, if applicable) will be delivered to the CITY. • PDF files will be uploaded to BIM 360. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 7. PHASE 1— CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 7.1 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. • Prepare and distribute Meeting Notes. • On-site Observation • Make up to twelve (12) site visits at intervals as directed by CITY in order to observe the progress of the work. Such visits and observations by ENGINEER are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER'S exercise of professional judgment. Based on information obtained during such visits and such observations, ENGINEER will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep CITY informed of the general progress of the Work. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 9 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 The purpose of ENGINEER'S site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. • Progress Meetings • Attend monthly progress meetings (up to 12), and visit the site for observation at that time. • Shop drawing, samples and other submittals Review Review up to thirty (30) shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review, approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs and shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. • Log all shop drawings, samples and other submittals. • Substitutions • Evaluate and determine the acceptability of up to ten (10) substitute or "or-equal" materials proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of the state or the CITY. • Request for information (RFI): Provide necessary interpretations and clarifications of contract documents, and make recommendations as to the acceptability of the work for up to eight (8) RFI's. ENGINEER will respond to reasonable and City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 10 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. • Change Orders • Provide support for Change Orders as requested by the CITY. Change Order support may include review and recommendations to the CITY for the execution of change orders. • Final PROJECT Walk Through • Attend the "Final" PROJECT Part walk through and assist with preparation of final punch list. Attend one (1) final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents. • ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. ENGINEER shall not have the authority or responsibility to stop the work of any Contractor. ASSUMPTIONS • 8 RFI's are assumed. • 2 Change Orders are assumed 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 11 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 TASK 8. PHASE 1— RECORD DRAWINGS. ENGINEER will provide the following for record drawings and project closeout: 8.1 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 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. ASSUMPTIONS • One copy of full size (22"x34") mylars will be delivered to the CITY. DELIVERABLES A. Record Drawings on Mylar B. PDF Record Drawings files will be uploaded to BIM 360. C. GIS shapefiles will be provided to the City in .shp format. D. Approved Pipe Shop Drawings. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 12 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 TASK 9. PHASE 1— SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 9.1. Design Survey • ENGINEER will utilize design survey obtained for the Trinity Boulevard Phase 1. No additional design survey will be perFormed as part of this scope of services. 9.2 Subsurface Utility Engineering (SUE): • The SUE shall be performed in accordance with Cl/ASCE 38-02. o Level A • Location (Test Hole) Services: Locating the horizontal and vertical position of the utility by excavating a test hole using vacuum excavation techniques and equipment. In performing locating (test hole) services ENGINEER will: o Excavate up to 4 test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. Excavations will be performed using specially developed vacuum excavation equipment that is non- destructive to existing facilities. If contaminated soils are discovered during the excavation process, the ENGINEER will notify the CITY. o Obtain x,y and z information at each test hole. DELIVERABLES A. Test Hole Summary Sheet. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 13 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 TASK 10. PHASE 2— 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. 10.1. 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 10.2. 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 14 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 • 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 • 4 MWBE reports will be prepared • 4 meetings with city staff • 4 monthly water department progress reports will be prepared • 4 monthly project schedule updates will be prepared DELIVERABLES G. Meeting summaries with action items H. Monthly invoices I. Monthly progress reports J. Baseline design schedule K. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes L. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 11. PHASE 2— CONCEPTUAL DESIGN (30 PERCENT). Conceptual Design will not be included in this scope of services TASK 12. PHASE 2— 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. 12.1. 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 15 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 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. 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. 12.2. Geotechnicallnvestigation 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. 12.3. 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. 12.4 Cathodic Protection Study City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 16 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 Cathodic Protection Design — ENGINEER's subconsultant will provide Cathodic Protection Design Services for three (3) pipe material alternatives, ductile iron, steel, and bar-wrapped concrete steel cylinder pipe, along the water line alignment. Tasks will include Analysis of existing pipelines and review of previously performed geotechnical studies, and Design Recommendations. This task does not include field or lab work of in-situ soils. A report will be prepared that documents the analysis, and an opinion of probable construction cost for cathodic protection and interference control systems. ASSUMPTIONS • 2 site visits will be conducted during the preliminary design phase. • 0 public meeting(s) will be conducted or attended during the preliminary design phase. • 3 borings at a bore depth of 15 feet each will be provided. • 2 sets of 22x34 size plans will be delivered for the Constructability Review. • 2 sets of 22x34 size plans and 2 sets of 11 x17 size plans will be delivered for the Preliminary Design (60% design). • 1 set of Table of Contents, Bid Proposal, and Prequalification Statement will be delivered for the Preliminary Design (60% design). • 1 sets of 22x34 size drawings (.pdf) will be uploaded to BIM 360 for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES G. Preliminary Design drawings and specifications H. Utility Clearance drawings I. Storm Water Pollution Prevention Plan J. Opinions of probable construction cost K. Specification Table of Contents, Bid Proposal and Prequalification Statement. L. Data Base listing names and addresses of residents and businesses affected by the project. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 17 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 TASK 13. PHASE 2— FINAL DESIGN (90 PERCENT) Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • 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. • Drawings will incorporate all City comments from the Preliminary Design Package • Drawings will be prepared in accordance with City Construction Standards • Final Design will include Cathodic Protection Design Plans as prepared by ENGINEER's Cathodic Protection subconsultant. • The ENGINEER shall submit a final design opinion of probable construction cost with the 90% design package. ASSUMPTIONS • The CITY's front end and technical specifications shall be used. The ENGINEER shall supplement the technical specifications if needed. • 4 site visits will be conducted during the final design phase. • 2 sets of 11x17 size drawings and _2 sets of 22x34 size drawings and 2 specifications will be delivered for the 90°/o Design package. • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an additional 0 project specific traffic control sheets will be developed. • Design Drawings will be uploaded to BIM 360 (.pdf) • Design Specifications will be uploaded to BIM 360 (.pdf) • Estimated Final Sheet List: • Civil Plans: • Cover • Sheet Index, General Notes, Project Specific Notes • Construction Sequencing Sheet • Dimensional Control Sheet • Existing and Proposed Water Layouts (2 sheets) • Existing Sewer Layout • Proposed Water Plan and Profile (4 sheets) City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 18 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 • City Standard Details (3 sheets) • Project Specific Details (2 sheets) DELIVERABLES C. 90% construction plans and specifications (hard copies and file formats indicated above). D. Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 14. PHASE 2— CONSTRUCTION DOCUMENT PREPARATION. Upon approval of the Final Design plans, ENGINEER will prepare construction documents as follows: • Address and incorporate City comments from the 90% Final Design review. • 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 commence with preparation of the Lift Station Construction Documents, and provide the package to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design opinion of probable construction cost with the Construction Documents design package. ASSUMPTIONS • 2 sets of 11x17 size drawings and _2 sets of 22x34 size drawings and 2 specifications will be delivered for the Construction Document package. • Design Drawings will be uploaded to BIM 360 (.pdf) • Design Specifications will be uploaded to BIM 360 (.pdf) DELIVERABLES C. Signed and Sealed Bid Documents. D. Detailed opinions 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: 08.1.2014 Page 19 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 TASK 15. PHASE 2— BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 6.1. 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.xls 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 .pdf format. The .pdf will consist of one file of the entire plan set. • 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. • 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 projecYs Bid Results folder on BIM 360. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS • The water line 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 20 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 • 1 set of construction documents will be sold to and made available on BIM 360 for plan holders and/or given to plan viewing rooms. • 5 sets of 11x17 size and 5 sets of 22x34 size drawings plans and 5 specifications (conformed, if applicable) will be delivered to the CITY. • PDF files will be uploaded to BIM 360. DELIVERABLES F. Addenda G. Bid tabulations H. CFW Data Spreadsheet I. Recommendation of award J. Construction documents (conformed, if applicable) TASK 16. PHASE 2— SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 16.1. Design Survey • ENGINEER will utilize design survey obtained for the Trinity Boulevard Phase 2. No additional design survey will be performed as part of this scope of services. 16.2 Subsurface Utility Engineering (SUE): • The SUE shall be performed in accordance with Cl/ASCE 38-02. o Level A • Location (Test Hole) Services: Locating the horizontal and vertical position of the utility by excavating a test hole using vacuum excavation techniques and equipment. In performing locating (test hole) services ENGINEER will: o Excavate up to 2 test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. Excavations will be perFormed using specially developed vacuum excavation equipment that is non- destructive to existing facilities. If contaminated soils are discovered during the excavation process, the ENGINEER will notify the CITY. o Obtain x,y and z information at each test hole. DELIVERABLES A. Test Hole Summary Sheet. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 21 of 22 ATTACHMENT A DESIGN SERVICES FOR TRINITY BLVD PH1 & PH2 - 36-INCH WATER LINE RELOCATION CITY PROJECT NO.: 102101 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existinq 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 • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. � Services related to warranty claims, enforcement and inspection after final completion. � Services related to submitting for permits (ie.TxDOT, railroad, etc...) � 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. • 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 22 of 22 ATTACHMENT B COMPENSATION Design Services for Trinity Blvd Ph1 & Ph2 — 36-Inch Water Line Relocation City Project No. 102101 Lump Sum Project Compensation A. The ENGINEER shall be compensated a total lump sum fee of 262 380 as summarized in Exhibit B-1 — Level of Effort Spreadsheet, Exhibit B-2 — 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. ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Total Fee % Prime Consultant Kimley-Horn and Associates, Civil Design, Bidding and Construction $215,680 82.2°/o Inc. Phase Services Proposed SBE Sub-Consultants The Rios Group, Inc. SubsurFace Utility Engineering $15,100 5.8°/o GM Enterprises Geotechnical Soil Boring $6,200 2.3°/o Non-SBE Consultants V&A Consulting Engineers, Inc. Cathodic Protection Design $20,000 7.6°/o CMJ Engineering, Inc. Geotechnical Engineering $5,400 2.1 °/o TOTAL 262 380 100% Project Number & Name Trinitv Blvd Ph1 & Ph2 — 36-Inch Water Relocation City MBE/SBE Goal = 8.0% Total Fee � M/WBE Fee � M/WBE % $262,380 � $21,300 � 8.1 °/a Consultant Committed Goal = 8.1 °/o W :.: O i z W J a � Q � � m � m _ X W m Q > ai � 0 N m � c � � J d L �: a� a � > i U C N � � M 7 ' �� N � d L O N O d c :� o 3 T � a w a =a o� :,;, a a � U 3 >m r a � m d « � N U a a . 0 10a U � � U d V d a a 'o m E a :a � c U � '3 C U � � O u c w � ` c 'o ;g m T � C � N ii �i U C� d � � � � � �a_> �m�d X � X '.GAi��� �X v! R Cl y .. i d � N 0 �o ��° 'y �; ; Q Z O fq �.i •o T f.t w � d F N i6 aYtjyt 0 owoaw� a a��LL�a � Q 0 ? � E Y N E � Z 0 � F r � � 0 N o � t V i � d - E y� o � N � N o Z. � � t m x U � � r r O �q � � �y d '6 = ao _ � L Q � U � X � � N 16 mOFLL 'm m r � 0 v m m m 0 a .� � 0 rX X �� o00 o \„ �o��MM � � � N a °7 � U !� O N ,d., _'� °r' o r = �e 7 o a=i0:: d R V ���,��'o o m rs ° o > c»aLL�S =�o 'C U cp � � .� � � C R d m � i d � U � ; 7 � U — � T U j � O C > _ y w a` v c «' d d U Q, a o U � r = d � G. O O Q U C r o 0 � _�� e, doo� aa _ N = � � = O �a Q C d � � a C j � Z Q C � � o � � � - y O � y � � G1 Q a O .G' � 0 d � O 0 a o0 � � N 0 � � � �. N G 0 U d � R C N i.i G1 a � > � � � N .� � N t H N R 0 � m m E z 'o > V L N O > L N E 0 u a 'o Z a � 4 � U E O V J — W � W � Z 4 J m W i"� H F O W a � u3� �. '" o '_ =m � z c=.� � v ` Z Z ;, m — w _ XW lO V a m d g' w w Q = a N a �. _ .�-� V 'c i a do � ;m > � J m F — m Z L �. d F O m W O Vr w W u � 9 �. O � O V d c `o 2 > E Y O O T lD I� lD I� O I� 00 O1 t0 v1 I� �/1 M M .--I M N n .n .n .n .n .n .n .n .n .n .n .n .n .n .n .n ��������� ������� V 1,,,,,,,, ,,,,,,, � t/?li/T t/T t/T t/T t/T VT VT VT i/} i/} i/} i/} i/} i/} i/} VL 0 0 0� o� o� o � o 0 0� o � � � � � � � � � � 0 � � � 0 � 0� O O O O O O O O O O O O O O O O � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0_ �00000000 000000� tA lA lA lA tA V} V? V} tA V? N O� O� O � O O O O Ol .--� O v1 00 ' Ol 00 c-� Ol r-I I� lD I� O I� 00 O1 t0 v1 I� M a--I M N � � � � � � � � � � � � 0 0 N � � � � � N O O O O O O O O O O Ol tD O �rl O ti I� O O O m .� .� ry .� m m .� .� � ri ri �T lA lA lA lA lA lA lA lA Vl V? V? V} tA V? N � O O O O O O O O O O O O O � o 0 0 0 0 0 0 0 0 0 0 0 0 O ' I� � M Ol T Ol v1 00 ' Ol h O Ol v1 O 01 T lD I� v1 l0 I� V O1 t0 v1 N M M N N �} i/T t/} i/T t/} i/T t/} i/T t/} L} N L} N L} LT VT C N C v� C V v C C � 00 tl0 N�L � bD _bA N U pQ W U l0 � � � i VI �� �p � � � i� N N V1 c�o �o � m�� ��� � �o � m a�� �� ro � o°' L 0 � � �o ' p N c Q�� 0 io d-� � � Q.� p � �o ? h�p V �� a+ d a+ � O1 bL ��—'-' � N � � � � V i � � � i v c a v � -o o c° a i� u° m c° � v, o u° a LL v° m�n o .� c� m v �n � .ti N m a �n � � oo m � .� .� .� .� .� .� .� Y Y Y Y Y Y Y Y Y . Y Y Y Y Y Y Y N N N N t6 N t6 N t6 c9 t9 t9 t0 t9 t9 c9 N O N M M �+ d � � � � � m fn QC m � C 2 � � X W = w � � O a� > a� J i 0 � c.i � � � � � J L � � � � N � v t .� C � � N � M i � � N �N t oa � � a � i m +�+ .� �L � r 0 N O O Z c.i d 'o a � t� a�000000 o��o�oo O N M O M M V� � (O � N O N � � CO � N N O N N EA EA fA � U7 d) O 00 O O O O O O 7 I� O f� O O �n v cD m co � o N N � V O aD O � 6� I� N EA y E!-7 d) U7 V7 m d m � o co 0 0 0 0 0 � o 0 0 0 � � aO f� N� c0 V (n N M CO � � N� � CO M M (,� L En Ef3 E� y � �r E» .a a a� � m � � � � a � � � .� � � ���� i a m �n a Q � � W 9 N O � .V C � } @ fl U 7� J 2 J X Q Ui (4 J � � � t0 � m W � � � � o m � m> U (0 ~ � � ? C Q � CO ~ � O M Z � O d O7 N d � N N � C � � N � �' � O Q 3 U � � � � � O_ ..-. O � � w � � W N � O � � F j � � � N 'O �' Q J � � �m�� �i ��� L <6 � O V U � '� � T > �a�� N Z N � � 0 m Y � y � � m � � W = W O o= d� a�i Q J H � 0 R fJ O � � N C i J w N � d �V � L (n C � � � M .N d c� a � > m T .� .` � � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0� o 0 0 � � �E»F»�F» � F» om �ro� �ro��'e��'v�'��m�' H W N V O M N SN � � � � M Vi � (fl (fl N Y N H O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0o O� O O O � � EA V3 r V3 OO fA — � O W N � o a V � u3 � x w � w w o 0 p « � � ; u � �oa ~ a m K m o. � � m m o 3 ep oJ O � 3 m � � O O O N 3 a v o N ifJ O � � a 3 y W o o O O C] N ��n � � O � N o000000000 000 00000000000 00000000000000 p 'o oov>F»oF»oF» oF» F»o a �o v r o n f"�n �in v�iro� �roco e��'M�'vcow�' � w � ni v N � ni "' �- - ri c� p ° w i» f" Z q U 0 � � v v L •Q � a Q w o 0 0 U o 0 Q U �o a v v c� w n' v r N W 3 O L � o� �p O O � V oJ � V N N N N V V N V �.. y � a d � j Q 01 a W W O W O V N N � � N N N U � N � O C a` � O O N N U O d U O a`o rn N c o t mv o � � .a o � � � � � .� � � � �o L � s E ❑ � �o `� w a a s �� � in � Cl] C C _ � � � E E m v a v� rn a c �n �o o m �m o � rn � N =' - - a�i w �� `� ° a -o U o U =o c°1i � �� 00 0 0 � a� ��U m-�0o aa� � U m o � � �>, � � y `m � c@.. a m 0 m �+ a L u� a` � m - i, E a rn � E o `m `m °�' Z E�E >� � o m.a c LL c d�' > �' a o y R o� � ai o O ��'UrnOa � U �0-0 � ¢ d a� °m �" c� U a a` c� z a C7'm� d� 0 C��ci d z Y N H O � N V O O � N c� V N M M M M M « N � C N d a E a d� � a � r � � O N `W � y z `o � H d � � ''m-o � � J o � '° `° �m�� r=�o LL��� �-� � U U � U Q H LL �= I � N Z N � � 0 m Y � � 1.1. � m � � W = W O o= d� a�i Q J H � 0 R U O � � N C i J w N � d �V � L (n C � � � M .N d � � a � > m T .� .` � � o00 0 0 0 000000000000000000000000 0000000 o N e» o o�o o nc�o Noo F»oF»E»coc�rco�'ec�oF»�e» �<»ooc�ocof" rn �m �� o� H oi - - � oi co ''' ro v - - m c� ic nf N� r" - "' nf a � � N Y N H � O O O O O O O O O O O O O O O O O O O O O O O O O O� O 0o O O O O 0o O O O O O O O O O N - N � d O H K U W � �o co 0 o w o r w F» w vj � u � �aa ~ a m K m a o 0 0 3 � 3 m � � � N 3 `o � a 3 � y W o 0 0 m O � N o00000000000000000000000000000 00000000 0000000000 p 'o o F»o 0 0 0 oF»oF»oF»v>o o F»o oF»oe» o 0 0 o F» o oF» L O � M�� N M I� c0 N O O c0 N I� c0 V c0 M� � (O N 01 N W N I� V N � J W M �� c0 � M V M N 10 N N � 1� � N Q � � Z q U 0 � � L •Q � a Q � O N N O U o 0 Q U n v v N mv v N c� vN r N W 3 O L N V � N � � oJ V oJ (O N N N M N � V N V V V f0 � N c0 � cD �.. y a d � j Q 01 a W N N N V O N M N N 10 N N N f0 U � N � O C a` � N N O O U O d U O a`o �o d o r - 0 3 z -y � � N Q � a � C� co � � o a°� M � ' o�� o� "�m m dm E V V� N (J V U 'R "O d � N � y m J V C N N O N��'N" N 0= Q p O N 6 t/i LL d�� � h �� � o U� o r m U o� � � c E � v d � � U� d z�� =' m m o m o - a` � n u� E 01 '" � o `o � a._ rn -- � U a o� o N u m o� N p r t\ y� __O " O N tp ti .tp � C U N � C "O a� O V N@� c a J� C � d O M a� C❑ T O y N � -� � ° >.L m = �`0 � m:° >Oa o � w. m ,_ oa� �m y m � v� � o = U a � m U � c - m 3 � � `o " - ` .� 3 � � m °' Q � .@ ¢ � � E C p�� N N B � N m N N d j �yJ L p�'o m LL U � �' `= � � d�O C �� - _ > ., � �' 'o m � a m � � � � � o -o d �' > � y 'y m °' ' � - ' � y a o c �a`c�a`inOa`3 U�in rn U c��dm a� �� o o�av�o -o��=aHU iLL ii iLL O' � p U m d z Y N H O � N c� O � O � � V V V N N fp cD « N � C N N aaEa m � � a � r � °�❑ N `W � y z `0 3 H d �n � -'m-o � p J N 2 2� m � � r c � O LL��� �-� � U U � � � d� U Q H LL i 0 R U O N � N Z N 7� � C y Q p J 'aGw � � Q ayi io aw � � r m y � o�<n c � � � � W O � r� o� �� > � � � �� a v > m T .� .` F O O O O O O � b N N O f c N � C � � � O U W N d N � N N O � � N W � N x `0 3 m � � N m ' m-o� � J N 2 � m � � r C � 0 LL � � � � - r � U U � U Q H LL N Z � � � 0 m Y � y � � m � � W = W O o= N � a�i Q J H � 0 R U O � � N � i J w N � d �V � t (n C � � � M .N � N � L a � > m T .� .` � � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p � m�'�e� m � rn ���� �� ro��� o�'v�'� � m� H r" � v - ac "' nf''' oS''' N c� v"' a w in � N Y N H O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0o O O O O O d o f"mf"o�' — � V N N � 0 p, V w u> � X W � � � O O p « � � d V � > W �aa ~ a m K m a o 0 0 0 0 3 N N O � 3 m � � O O N 3 a `o � a 3 y W o 0 0 0 m � r � N N Q � N o000000000 000 000000000000000000000000000 p 'o oov>F»oF»oF» m F»o v>oo a co m e o f"�nrn� v�i�n r�' �'wroco coof"i+� N�nrn�' � w r" � v cv' ''' c� 'f' oi "' <v c� O ° Z mU � 0 � � v v L •Q � a Q "' o 0 0 U o 0 Q U n vNMc� r N w 3 O L � o� �p O O� � V c0 � oJ N � N N V � V V .. `y a d � j Q 01 a W �o w co o m m � ni N ni U � N � O C a` � 0 0 0 0 U O d U O a`o rn N c '� m V O O t � N .a O � � � � � .� � � � n N � y ? � -o m � t � `� s E � o � �o ` w a a s �� � in � m � c _ � 4 � E E m v a rn rn rn c <n �o o m �m o � rn� N=' - - a�i m�� `� ° a-o U o U `o c°1i a� �� 00 0 0 � a� ��U m-�0o aa� � U m o � � �>, � � y `m � c@.. a m 0 m �+ a L u� a` � m- i, E n °rn c E o `m `m � z E�E > ai > o m.a c LL r d�' > �' a o y R o� � ai o O ��'UrnOa � U �0-0 � ¢ d d °m �" c� U a a` U z a O'm� d� 0 C��ci d z Y N � O � N V O N c� V « N � C N d a E a d� � a � r � � O N `W � y z `o � H d � � ''m-o � � J o � '° `° �m�� r=�o LL��� �-� � U U � U Q H LL m Z a� � 'ya G m Y � � 1.1. � m � � W = W O o= N � a�i Q J H � 0 R U O � � a� c i J w N � d �V � L (n C � � � M .N � N � L a � > m T .� .` � � O O O O O O O O O 0o O O O O O O O O O O O O O O O O 0o O O O O O O 00 0o O O 0o O 0o O O O �O fA O O O� O O O N O O fA O fA EA V V c0 c0 � V�V EA O� fA O EA � I� c�0 V� O�I O I� I� �� � � �O H Oi � c0 V�� N 10' N � � N� h I� S � � � N w H 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 00 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 00 0 0 N �p � c0 � a0 — � 10 c0 O N o a V � � x w � o 0 0 o w w M o r w F» w vj w -y � £ > 'w �aa ~ a m K m a o 0 0 0 0 3 1p cp arp � 3 m � �W � W O N 3 `o � a 3 y W o 0 0 0 0 m o n � e � � o � N o00000000000000000000000000000 00000000 00000000000 0000 0 p 'o o F»o 0 0 0 oF» F»oF»v>o F»o oF»oe» o 0 o F» o oF» a r NM�cO NMM V N V N I� V V cOcO V V O�V I�cOM 01 N W OI� I�� ��� a0 j iq N - �(O V��N MM 10 N � �N� n Q � � � Z q U 0 � d� L •Q � a Q � O N N O O N U o 0 Q U � V � � N � V � V N N N V W N V N � r N w 3 O L p� � a � N c0 V V N cD c0 M cD O � N M � N a0 �.. y N � a d � j Q 01 a W f0 N N N (O oJ �(O V V N � N � O O U � N � O C a` � N N O O O N U O d U O a`o m 0 a 'o y °' w o r - 0 3 � Z °� m v, ¢ � � a �c� v� ��i ° a m �o a . o � � � � m � � d N �.� £ .�' V V� N (J V U 'R "O d � N � y 6] J V C C N N O N��'N" � 0 O O N 6 t/i l�l � N... � N �� �Ol � oU'Z ° r ds ��U - �°� d m � cE � `�' � � � zwa � �U�dz�� .omQorn ° a��Vo o�o y u mo� mo z�- r ao "�=-�"°aJ-a��" Q�' ��Mc�o oc�"N Z�� -o�m T5� �o'" m m ° c � `m � � `"'a c >.N� y -a ° L m ` � p m:9>Oa o= . m ... oa� �m � � ��, y m�v�� o-Ua '�° mU � c - m 3� �`o " `� 3�� m °' Q�.@¢ � m E q�`° o C O N N� N��� N �? L ❑ y w LL U O ` ry N R O. O C — T� 3•- - � � �, � �' �o m � a m � j � � � o m -o d �' > �- y 'y m °' ' m - ._ � :? a � � � � � c � a` c� a` in O a` 3 U� in rn U c�� d m 3� �� o o� a v� o _-o ��= a H ci �� cn N iLL ii iLL O' K p U m o d z Y N � O � O � O � O � N lH c�l � V N 4'l tC (O O O O O O O A T N N O H c N � � O a�o u � � a � r m °�❑ y W � N x `o � � � N m ''m-o � r J O � � � 2� m � � r c � O LL��� �-� � U U � U Q H LL ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Trinity Blvd Ph1 & Ph2 - 36-Inch Water Line Relocation City Project No. 102101 No modifications to the Standard Agreement are necessary for this project. City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page 1 of 1 w J � � W 2 U � H U w � O � � 0 � z w � _ V � Q N 7 � N C 7 � N T m � , � N a ■ � � ' 1 � m � N LL � I ■ I I � N � Q � � ln � M ltJ � Q�i � �M � N � � � � � .� O N � � � N N N N N N N N �� N � Q N N� o V O) � Q W � O M � N � N p Q � � W N r� M v� V � l(J � V W rn C O N O N� N� C C C C� J � l.L LL L.L � � � � > � � � � � � > � >N N N N N N N N N N N N N N N N ~ N N� N �� O O � � N tD �� > K � N N N � O O � N � a N N M M V V V�!7 � W W� � O O U N C C C C C J N J.- � C J � J N � U O O O O O L � L L � L L — � � �� �� F F H LL H � F H F F C9 M N N ip s � 'V d � O � .� N -.- � N L o C t o fn ao ° ao Q Y � co ^ ��L � co L a 07 C � o LA C N'� o � � Q C 'N m t � 00 N 'N � L o 0 F o d�, a� � � a�, a� � � ia �� c 'O � m �� c " m = 'c � � � 'N � � .� � � °' Q o � �. � 'N .� � � C C> GI N> N Ci: N N U`� C i 4% � i� .� � w '��E�����a���am � ��E��O�� ' � 'o F ��a� � c c Y c�-'o � o o i� y c c y c � Y azaaUiiiiUiim¢mUUa�UiiiiUii N N C R 7 I 0 � � � W J � � W 2 U � H U w � O�/ LL � 0 � Z W � 2 U Q H H Q N � ' i z o � ' N � ' Q N N � � a � I � � Q � � ln � M ltJ � Q�i � �M � N � � � � � .� O N � � � N N N N N N N N �� N � Q N N� o V O) � Q W � O M � N � N p Q � � W N r� M v� V � l(J � V W rn C O N O N� N� C C C C� J � l.L LL L.L � � � � > � � � � � � > � >N N N N N N N N N N N N N N N N ~ N N� N �� O O � � N tD �� > K � N N N � O O � N � a N N M M V V V�!7 � W W� � O O U N C C C C C J N J.- � C J � J N � U O O O O O L � L L � L L — � � �� �� F F H LL H � F H F F C9 M N N ip s � 'V d � O � .� N -.- � N L o C t o fn ao ° ao Q Y � co ^ ��L � co L a 07 C � o LA C N'� o � � Q C 'N m t � 00 N 'N � L o 0 F o d�, a� � � a�, a� � � ia �� c 'O � m �� c " m = 'c � � � 'N � � .� � � °' Q o � �. � 'N .� � � C C> GI N> N Ci: N N U`� C i 4% � i� .� � w '��E�����a���am � ��E��O�� ' � 'o F ��a� � c c Y c�-'o � o o i� y c c y c � Y azaaUiiiiUiim¢mUUa�UiiiiUii TRINITY BLVD PH1 & PH2 — 36-INCH WATER LINE RELOCATION ATTACHMENT E— PROJECT LOCATION MAP � � � I'iS�d i ��� ` '� � �� ` Leqend :�:.,�i��.::.,�, �°H'�,i �:��: � .r � � : � � _��� : :�r, � � � � =� — Phase 1 � � ��� .: ; �. ° �;� .�- � � •� � - r rR ,,e�� •'� k .: � '� •' o' � Phase 2 �. , : � � � ��-�,��� Fort Worth City Limits R�. s � , � � `��. .•_, � .` �����`� � , F. y� ' ���a��,;.F.e��'� �� � s *i!� it. -!'� �' ' i � P�.l�. ,$+� - FEMA Flood lain ':- � � . �` _. 1 2 � � p �: '�' ty�;�� 3 -. -;�:•�;�;y�.�....�#� � .�, ��. � :: i �« ,�� u � , .' - �,, t� .� � ,y . �^ ���,y���,,�,N��. y .�i� + • r i 0 '.�'Q�h T�., y �11�"�'� 'A�"�� ~tl.-�.�� f 7 � ♦ ;�. � m � r' L = � !r � r � �.M �:� ' '^ �, .A►°'rlV' �� �r ��� ..� � . r�a�- i� 7� . ' !'�.,.., � � �y n � � f'. •1 O �. ' y r �. � ` •� � hi , ; � . � Y �+.� %`�3. �, � ..- ��. �t�� � � � �, , ..��+ �,:r � . + ' s• ,� �� ' ,�,,�`!.'' r . �' �,� � - es '' :� s.rrr�� 4, � . `�i : ��;' �� �F :;� .. �,;' e�'� r?' �,i."r .�r`rlr . -�tJ ,,.,. � � �� .�. • :,' }��a �_` �,. � �. ' ..' r ) � �l�F.�_= .,a 'k w�' I,IT ,�`4 �i'S ����� � � y t 1 �IY.-:. - , r .`- -' ��_� �t��� � "'�" �, • �'� � �a :3u�����5 r.. '# ��.��?� 6.. i J_, *� _ ;_�x. ( � F�..� 7� �—:r —��� � � 5H 10`{W HURST BLVD) �e T �• r � i!' "�� t� ....�., � � � _ - . . . � st9 i i � � �� , , ' �'� '�� P � • ' �' ; t � � i � �a '' - � - � , , `� �, , ., - � � ,:.�yv+r�t'L�"fl��'�jyi,11i�FY'i "'""'�" .��,W�� �/_ _,,.� �`�' �il,�f!"'. , r^��� , I � . - � ..� , `. u��"!� _ ��1� � '� , . r � � : , .o,� � �'�`�"� , '� ,pi ..�' � ��fa�i��' � � �,-^f��'1 F�� �: � �' � �."�` j�f � 0 . � ' �+�i�t'�'�` �'�' � � �. y 7£. v �,j,� S1���l� _ �,� , � / � � �� ��Y •, fJ i;�ji7SA��'�Y1'irl� -�� K i •' `��'F r� f' � �: . � ',�u, f�#1?L,WL:.+�.J:.� Tr tx;�+.?.,:t�t' ., 'i�o � ' � ,' i - . t r�r. ���'♦ y � .' ' � ��s •� , � . y' y. *�':��Yew w "��s �f.',�� ,`�� : +���4� i 1 .. SQ ' 1 ��i'i'��7'h�+MF�. �.�y,� �� t . � i � ' / �- �' j� � y., : �� ���'�+�+ : � �,� �*: 3 ,r I ��� ,� q., r� i,.• 1 i . n` _ Q-v s �':1!r�� h #�� !il '� u 'C � r '+�� , ` ., ,� , ', �'��►il�l�;E �'�+,�,,.,.;: r` .� `+��:;►�,5�, i� ��'�+��k��� 4'`r + ', • T"�.�s'��y.��5'��! •,-.Y� a* 3 '` ` � *�l�T�T�3� � :�.� ��.�. �'�'� " ; , � , �. �.��� � � , ; � .F.._ . --, . �:. � , �T�� , �: �����t�� a I << I� ��" .�{f�'°;'a���r�..��`� ��e�"� �:t�'�h:�;�r��'�y"�1 1 fYPl�iIT ' �� �'n ��. ��3"�'L�' �, ?I ti � 1" . . � � . ��v� �, - �i- i �''�i'+9��'1� � �,• ti I I �,� . � � t� .� N '� �`�.,.�- , �� - : ' �. �:"��� �' i.i. � -x� � �..��.��'��"� ;� : ., �T � �j�;��#�� i �� ���r � ; �";{,i��.i�`t,',fk��' i . � : � - ,•� ;��'`«tilj" � . • �„ ,�. ' � �.'.: � ; � ' r+��' �:.� !• � .� • ''". ��' � ' - 'n, � .� � .: �� y. � .��; p�.= f �=T � �1 �;�`, � �, y�Y2r � ; �-ti: . :,�� � ���: �ORT WORTH ' � � .��'.i � ��:,�.r.: .t�' �"'"*' _ � 'U.,• �t _ ���:� , � y/ �y`.- :�1 ili.l ��'� �''�:�;.-�-..ywy��c�/ �� �� r���� ;� i ��'�CR7•„ra'+7't.7,"T _ ,'�;° ;a� i ."E.'.�_J_. ..—_— City of Fort Worth, Mayor and DATE: 03/23/21 Texas Council Communication M&C FILE NUMBER: M&C 21-0218 LOG NAME: 60T361NWLP1 P2-KHA SUBJECT (CD 5) Authorize Execution of an Engineering Agreement in the Amount of $262,380.00 with Kimley-Horn and Associates, Inc., for Design of the Trinity Boulevard 36-Inch Water Main Relocation, Phases 1 and 2 Project, Provide for Project Costs for a Total Project Amount of $381,755.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures and Proceeds of Future Debt and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an engineering agreement with Kimley-Horn and Associates, Inc., in the amount of $262,380.00 for the Trinity Boulevard 36-inch Water Main Relocation Phases 1 and 2 project; 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future debt for the Trinity Boulevard 36- inch Water Main Relocation Phases 1 and 2 project; and 3. Adopt the attached appropriation ordinance adjusting appropriations in the Water and Sewer Commercial Paper fund by increasing appropriations in the amount of $381,755.00 for the Trinity Boulevard 36-inch Water Main Relocation Phases 1 and 2 project (City Project No. 102101) and decreasing appropriations in the Unspecified project (City Project No. UNSPEC) by the same amount.. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize the preparation of plans and specifications for the construction of Trinity Boulevard 36-inch Water Main Relocation Phases 1 and 2 project from Interstate Highway (IH) 820 to Salado Trail and from Salado Trail to Thomas Trail to facilitate the reconstruction of Trinity Boulevard within the identified limits to a four-lane divided concrete thoroughfare. The proposed scope of services include design for the transmission main, subsurface utility engineering, geotechnical investigation and cathodic protection design. Kimley-Horn and Associates, Inc., proposes to provide all the necessary design services for the transmission main for a fee of $262,380.00. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $119,375.00 is required for project management, real property acquisition, public outreach and material testing. This project will have no impact on the Water Department operating budget when complete. Funding for Trinity Boulevard 36-inch Water Main Relocation Phases 1 and 2 is depicted below: Fund Existing Additional Project Appropriations Appropriations Total* General Capital $2g0,000.00 $0.00 $290,000.00 Projects - Fund 30100 W&S Commercial Paper- Fund 56019 $0.00 $381,755.00 $381,755.00 ProjectTotal $290,000.00 $381,755.00 $671,755.00 *Numbers rounded for presentation purposes. This project is anticipated to be included in a future revenue bond issue for the Water & Sewer Fund. Available cash within the Water and Sewer porlfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached reimbursement resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. M/WBE OFFICE: Kimley-Horn and Associates, Inc., is in compliance with City's BDE Ordinance by committing to eight percent business equity participation on this project. The City's business goal on this project is eight percent. The project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the UNSPEC project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the Trinity Blvd. - 820-Salado Ph1 project to support the approval of the above recom m e�dations and execution of the engineering agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office b� Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Suby Varughese 7803 Expedited � � � F Q w � x x N �, o. a � � � m F O �