Loading...
HomeMy WebLinkAboutContract 56280 CSC No.56280 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fart Worth, a Texas home-rule municipality ("CITY"), and James DeOtte Engineering, Inc., authol'Ved to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Water and Sanitary Sewer Replacements Contracct 2020, WSM-K. Article I Scope of Services The Scope of Services is set forth in Attachment A. Negotiated changes to this Agreement, if any, are included in Attachment C. Article II Compensation The ENGINEER's compensation shall be in the amount up to $380,276.00 as set forth in Attachment S Payment shall be considered full compensation for all labor (including all benefits, overhead and markups), materials, supplies, and equipment necessary to complete the Services Engineer shall provide monthly invoices to City. The Eng nee shall provide the City sufficient documentation inc tiding but not limited to meeting the requirements set forth in Attachment D to*his AGREEMENT, to reasonably substantiate the invoices. Payments for services rendered shall be made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch. 2251). Acceptance by Engineer of said payment shall release City from all claims or liabilities under this Agreement for anything related to, performed, or furnished in connection with the Services for which payment is made, including any act or om ssion of City in connection with such Services. Article lit Term Time is of the essence. 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 exp ration of the funds or completion of the subject matter contemplated herein pursuant to the schedule, whichever occurs first. Unless specifically otherwise amended, the original terra shall not exceed five years from the original effective date: City at Foil Worths Texas Slandard Agreement lot Engineering Related Design Servfms Revised Date:May 7,2021 Fade 1 of id OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Article IV Obligations of the Engineer 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 cumpetent engineers practicing 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 work to be performed hereunder_ The ENGINEER shall also advise the CITY concerning the results of some. 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 internals 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 oacurthat could affect the total PROJECT cast and/or execution. These conditions and costtexecution effects are not the responsibility of the ENGINEER. City 4i Fog WolK Texas Slandard Agreameni for Engineering Relatad pPsign SafWces Revised pare:May 7.2021 Page 2 of 14 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 file's in .pdf format, or as otherwise approved by CITY, which shall becorne the property of the CITY. CITY may use such drawings in ary 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#ur t#e 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 nelsessary for coordinating and cumpleting 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 fortis in Attachment A, the ENGINEER or its personnel shall have na obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the contract documents, nor shall anything in the contract documents or 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 cr equiprnent 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 oontract documents. Lily or Fort Worth.Texas Slandard Agreement far Rngirneering Ralafad design Sarvlces Revised❑ate=May 7,2D21 Page 3 of 14 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 egUipMent 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 construe#ion 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 tow or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are no other matters at issue between the CITY and the construction contractor that affect the amouritthat 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. City of Fart Norm,Texan. Siarxiard Agreement for Englneer�ng Related Design Services Revised Date,May 7,2021 Page 4 of 14 1. Business Equity Participation City has goals for the full and equitable participation of minority business andiar women business enterprises in City contracts greater than $100,000. In accordance with the City's Business Equity Ordinance (Ordinance No. 24535-11-2020 as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), the City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. Engineer acknowledges the WE and WBE goals established for this contract and its execution of this Agreement is Engineer's written oommitment to meet the prescribed MBE and WBE participation goals. 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. Fight to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (6) years after final payment under this ccmtract, have access to and the right to examine anal 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 worm space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY 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 a{tiele together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to reproduce such documents as may be requested by the CITY. The CITY agrees to reirnburse ENGINEER for the cast of hard copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of Fort Worth,Texas SW5dard Agreemnl for Eggineeriog Reialed Design,S$rv6ce5 Revised Data.May? 2021 Page 5 of 14 K. INSURANCE Engineer shall not commence worm under this Agreement untii it has obtained all insurance required under Attachment F and City has approved such insurance. E, Independent Consultant The ENGINEER agrees to perform ail 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 step its awn 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. 0. Permitting Authorities - design Changes If permitting authorities require design changes so asto complywith published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting 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 ENGINLLR shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT_ Gily of sari Worth 1 exas 8landard Agreemank lar Engineering ReWed Deslgo Services Revised DaLe:May 7.2021 Page 6 4f 14 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 A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness at the irlforrination provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local. state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals. and other documents, obtain advice of an attorney, insurance counselor, accountant, auditor. bond and financial advisers, 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. Gity of dart Worth,Texas Standard Agrearnent tar Engineering Related Dealge Services Revised date:May 7,2021 Page 7 of 14 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 paAies or empioyees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required move shall not apply in the evert the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or kf ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification The CITY agrees tc include in all construction contracts the provisions of Article IV.E. regarding the EN INEER's Personnel at the 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 fallowing clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and raterials suppliers on the PROJECT, or their sureties, shall maintain ro direct action against the ENGINEER, its officers, employees, and subcortitractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the C1TY w6l be the beneficiary cf any undertaking by the ENGINEER." (2) This AGREEMENT gives no right's or benefits to anyone other than the CITY and the ENGINEER and here 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 na third-party beneficiary fights under this Agreement. (4) Nothing oontained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. City or Earl MO.-Texas SlandardAgreement for Engineering Related design Senricas ReLVIUd©a$o'May 7.2021 Page$of 14 1. Litigation Assistance The Scope of Services does not include casts of the ENGINEER for required or requested assistance to support, prepare, dccumentr 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. J. Changes The C[TY 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. Article VI General Legal Provisions A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. S. 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 CITY and ENGINEER shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in perfo(mance due to force majeure or other causes beyond their reasonable control, including, but not limbed tor. acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemicstpandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. City al Fort Worft Tims Slandard Agree meni for Fligirmering Related beslgn Services RevWd❑a19:May 7,2021 Page 9 of U D. Termination �1) This AGREEMENT may be terminated a.) by the Gity for its convenience upon 34 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 nays' 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.) Reasonable cost of reproduction or electronic storage of partial or ccrnplete studies, plans, specifications or other farms of ENGINEER'S wurk product, b.) The reasonable 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 ail projected termination expenses. The CITY'S approval shall 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 PRG,JECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made, E. Indemnification The ENGINEER shall indemnity 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 City Of Furl Worth,Texas Standard hDreement for Erglna,ming Ralatad Ves4gn Swiw% Revlsed Date-#clay V,2621 Page 1 D of ed is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment ENGINEER shall not assign all or any part of this AGREEMENT without the prior written consent of CITY. 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, Texas. 1. Sever-ability 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., V I.H., and Vl.l. 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 worst 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 misunderstalnding 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, car regulation, whether it be by itself or its employees. K. Contract Construction/No Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. The failure of CITY or ENGINEER to insist upon the performance of any term or provision of this Agreement City 4i Fort WDO,Texas Slar4ard Agreement tor Englneenng Rafted Design serytce9 Revised pale.May?,2021 ?age i 1 of 14 or to exercise any right granted herein shall not constitute a waiver of CITY's or ENGINEER's respective right to insist upon appropriate performance or to assert any such right on any future oclJasilon. L. Immigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform worm under this Agreement, including completing the Employment Eligibility Verification Form (1-0). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services, ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO V101-ATIONS 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. M. Prohibition On Contracts With Companies Boycotting Israel ENGINEER acknowledges that in accordance with Chapter 2271 of the 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 ENGINEERS 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: Cily of Fort Worth.Texas Standard Agreement for Engineers Related Design Services Revgsed Dale'May 7,2021 page 12 of 11 Attachment A - Scope of Services Attachment B - Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location heap Attachment F—insurance Requirements Cop/4f For1 Worth,Tom Standard Agraemenl For 7=ngneering Related Design Services ' Revised©ate:May 7,2021 Fage 13 V 14 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER x James DeOtt-44gineering, Inc. n Day a eurehdoff(�2 S-s COT) Dana Burghdoff Assistant City Manager Brian Darby, P.E. Date: Sep 7,2021 Vice President Date: APPROVAL RECOMMENDED: 64n' t — ByChrisinnher rder(gy:37 90910746 CDT) Chris Harder Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Brenda Oropeza, E.I.T. Project Manager APPROVED AS TO FORM AND LEGALITY iaseor, By. P61ack(Sep 7,202113:43 CDT) Doug Black Senior Assistant City Attorney ATTEST: Form 1295 No._2021-779173 a �i� ���r�ra�¢� -oO�oFORr�,p Ronald P.Goazales(Sep 8,20 1:02 Q p rd Ronald P. Gonzales ��o o=A M&C No. 21-0587 Acting City Secretary ��� ,0 .o* rEXpsbpp� M&C Date: August 17, 2021_ Cky of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:May 7,2021 Page 14 of 14 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Prohibition on Boycotting Energy Companies Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more,which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2).To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the Citythat Contractor: (1)does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. Prohibition on Discrimination Against Firearm and Ammunition Industries Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code(as added by Acts 2021,87th Leg., R.S.,S.B. 19,§ 1),the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms"discriminate,""firearm entity"and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2)will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. BY: CONSULTANT James DeOtte Engineering, Inc. w Brian Dar y, PE Vice- President Date: 9/3/21 ATTACHMENT A DESIGN SERVICE FOR VIATFR AND SANITARY SEWER REP LACEMENTS CONTRACT 2020.WSM-K CV MJECT NO.!103421 ATTACHMENT A Scope for Ertoineering Design Related Services for water and/or Sanitary Sewer Improvements ---- DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 202U, WSM-K CITY PROJECT NO.: 10 421 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 Task 1, Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5, Bid Phase Services Task B. Construction Phase Services Task 7. ROWIEasement Services Task S_ Survey and Subsurface Utility Engineerlrlg Services Task 9. Plan Submittal Checklists TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, w 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 r Ensure quality control is practiced in performance of the work ■ Communicate internally among team members Task and allocate team resources I.Z Communications and Reporting Cky of Fart Warm,Texas Atta&mant A PIMO Release Date:08.1 2014 Page 1 of 17 ATTACHMENT A DESIGN FARVICES FOR WATER AND SA NITARY SEWER REPLACEMENTS CONTRACT ZKO,WSKK CrtY PROJECT NO.:103421 • Attend a pre-design project kickofflchartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure accnomlcal 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 Projea 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 FcrtWorth's Schedule Guidance Document. • Complete Monthly MIVVBE Report Farm and Final Summary Payment Reportl 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 charges necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification- When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information; identifying the name of the company and the company representative. ASSUMPTIONS • 12 MVVBE reports will be prepared • 4 meetings with city staff • 12 monthly water department progress reports wiII he prepared • 12 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/ BE Report Form and Final Summary Payment Report Form City of Fort WWh,Texas Atw&ment A PMO Release Data-08.124f 4 P#ge 2 of 17 ATTACHMENT A DESIGN SERVICES FOR WATERAND SA01TARY EWER REPLACEMENTS CONTRACT 2024,WStM-K CRY PROJECT MD.,103421 G. Plan Submittal Checklists (See Task 9) TASK 2. CONCEPTUAL DESIGN (30 PERCENT}. The Conceptual Design shall be submitted to CITY per the approved project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives that enhance the system, Present (through the defined deliverables) these alternatives to the CITY Recommend the alternatives that successfully addresses the design problem, and [obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any rather planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to, utilities, agencies {TxDCT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans, • The ENGINEER shall visit the project site and obtain the meter numbers and sizes an all existing meters to be replaced an the project and shall identify existing sample stations and fire line locations. ZZ GeotechrlicalInvestigations Is ENUNFFR shall advise the CITY of test borings and other subsurface investigations that may be needed for the project. If the CITY determines that such borings or investigations are needed, then the ENGINEER shall work with the CITY and CITY's geotechnical consultant to draw up specifications for such testing program. The cast of such testing will be paid for by the CITY. 2.3. Fire Line Reconnection —N/A 2.4. The Conceptual Design Package shall include the following, • Cover Sheet • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. City of Fort Wonh.Texas AtlaKbmarn A PMO Release Dale:0U.2814 Page s pl 17 ATTAC H41 NT A !DESIGN SERVICES FOR WATER ANO SARITARY SEWER REPLACEMENTS COMACT 2029.WSM-K CITY PROJIMT RO.!103W • Proposed phasing of any water and sanitary sever work that is included in this project documented in both the project schedule and narrative form. • Documentation of key design decisions. • Estimates of probable ccnstruotion cost. ASSUMPTIONS • 0 Geotechnical borings are expected for this project. • 0_copies of the conceptual design package (30% design) will be delivered. Report shall be letter sized and comb- bound with a clear plastic covet`_ Drawings will be,11"x'17"' size fold outs beun d In the report • ❑VVF files created from design CAD drawings will be uploaded to the designated project folder in BIM360 • ENGINEER small prepare the rneeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: Cover Sheet • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400, The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 518" Iron Rod), X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base_ Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast comer of North Side Drive and North Main Street). Overall nroiect easement_layout sheet(s) with property owner information. # Overall project water and/or sanity sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains In the City or Fort Mrth,'rexas Attachment A PMO Release[Dale OS-1.2014 P99e 4 of 17 ATTACHMENT A DESIGN SERVICES FOR WATERAND SAAMARY SEWER RMADEMEM C914iRACF 2020,WSM-K CITY PROJECT No.:IOU21 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 improvementlexisting 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 planlproRe sheet —two or more_ * Bearings given on aft prcpose€t 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 recornmended pipe size, fire hydrantsr 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 Dames) along with property ownership shall be provided on the ptan view, • The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroutelrelocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleancut to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid_ If the service flow liege information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service iine until after a Quality Level A Subsurface Utility Englneedng (SUE investigation has been performed). The Level A SUE will be performed: (t) by the ENGINEER if included in the fee proposal; or (2) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or (3) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options, the ENGINEER shall propose appropriate de- hale locations in the project and collect flow line elevation and other applicable information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. Uy of Fogy Want,TeMn Altxhmenl A PMO Rele-ase hale.05.1:20M Page 5d17 ATTAC HMEw A IDES IGH SERVICES FOR W&TER ANC SANITARY SEWER REPLACEMENTS CbNTIRACT 202C WSM-K CITY PROJECT Nb.:103621 • Provide map showing location of new manhole construction at the end of existing sevver segments, 90 degree bends, or tee connections. Site survey or specific design plans for manhole construction is not included as part of the scope, The contract documents shalk specify that it is the Contractor's responsibility to coordinate utility location, etc. manhole construction. ■ The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-section of the CITY's specifications. These may included connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 3.2. Geolechnical Investigation * Soil investigations, lncluding field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions gill 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. 3.4. Utility Clearance The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. ■ The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in BIM360 for forwarding to all utility companies which have facilities within the limits of the project. The DWF fifes should be created directly from the CAD files as opposed to PDF files. 3.5. Traffic Control Plan * Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's website_ The typicals need not be sealed individually, if included in the sealed contract documents_ Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. ASSUMPTIONS 1 publiC meetings) will be conducted or attended during the preliminary d5)�-igr, phase_ CRy of For(Werth,Tebar, AllachmeM A PAT Release bale:06.1.2014 Page 6 of 17 I All AGIiME NT A UESIGH SERVICES FOR WATER AHD SANITARY 5{iNER RE PLACE HEMTS CONTRACT 2020.WS V•K CITY PROJECT 94_;IU421 • 0 borings at an average bore depth of feet each will be provided_ • Traflic Control "Typicals" will be utilized to the extent possible. It is assumed an additional _NC] project specific traffic control sheets will be developed for • 0 sets of size plans will be delivered for the Constructability Review. • 0 sets of 22"x34"_ size plans will be delivered for the Preliminary Design (60% design). 0 sets of specifications will be delivered for the Preliminary Design (E0% design), • DVVF files created from design) CAC drawings will be uploaded to the designated prefect folder in BIM360- The ClTY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed_ • 0 sets of size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Prelirn'nary Design drawings and specifications B. Utility Clearance drawings C. Traffic Control Plan D- Stenrl Water Pollution Preventlon Plan E. Estimates of probable construction cost F. Data Base listing names and addresses of residents and businesses aftected by the project. TASK 4, FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary ptans, 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 (SVVPPP) with appropriate regulatory agencies. t Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. City of Fort Woft Texas Aptchmorit A PMQ Release Date 08.1.2014 Paga 7 ar 57 I WAC NIENT A MIGN SERVICES FOR WATCRANO SMITARY SEWER REPLACEME1013 CONTRACT 2020.WSM•K CITY KOJEC7 NO.!103421 Each plan shut shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages_ This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • _Q_sets c1f 22"xO4" size drawings and 0 sets of 11'x17 size drawings and —0—specifications will be delivered for the 90% Design package. + A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in BIM350. ■ 0 sets of 2744" size drawings and 0 sets of 11"'x17"' size drawings and 0 specifications will be delivered for the I DO% Design package. • A DVVF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in BIM350. ■ [Engineer to provide estimated final sheet list (cover/index, general notes, control point location, easement layout, SUE plan sheets, no. of plan profiles, special detail sheets, etc.)] DELIVERABLES A. 00% construction plains and specifications. B. 100% construction glans and specifications. C. detailed estimates of probable construction costs inciwding summaries of bid items and quantitles using the CITY's standard bid items and Format. D. Original cover mylar for the signatures of authorized CITY officials. TASKS. BID PHASE SERVICES. FNGINEPR will support the bid phase of the project as follows_ 5.1. Bid Support The ENGINEER shall upload all plans and contract documents onto BIM360 for access to potential bidders. ■ Contract documents shall be uploaded in a .xls file. + Unit Price Proposal documents are to be created utilizing CFV1f 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. Cdy of fort Worth,Texes Aflachmem A PN1C Release Dale:08.1.201A Page 8 of 17 ATTACHMENT A OE5IGHSERVICES FOR WATER AND SANITARY 8SWER REPLACE WENTS CONTRACT 2M,WSM-K CITY PROJECT NO.:03421 • Plan Sets are to be uploaded to BIM360 in two formats, .pdf and AM files. The ,pdf will consist of one file of the entire plan set. The AM will consist of individual files, one for each plan sheet, and will be numbered and narned in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on BIM360 from documents sold and frorn Contractor's Uploaded Plan Holder Registrations in B[M360, ■ The EN SNEER 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 pmject's BIM360 folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda- The ENGINEER shall upload all approved addenda onto BIM360 and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. Assist the CITY in determining the qualifications and acceptability cf prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • 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 Bidtoals only are to be uploaded into the project's Bid Results folder on BIM360. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings I) Final Design Drawings shall he submitted In both Adobe Acrobat PDF format (version 6.0 or higher) format and DVYF format_ There shall be one (1) PDF file and one (1) DVVF file for the TPW plan set and a separate PDF and D F file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and D F files for each sheet of a plan set will not be accented. PDF and DVVF files shall conform to naming conventions as follows- 1. TPW file name example - "W-1956_0r947.Pdf" where "W-1956" is the assigned file, number obtained from the CITY, " org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053 org3,pdf and K-0320-org6_pdf Uy of Fort Worth,Texas Attachment A PMG Reime gate.OB-1,201d Page 9 or 17 ATTACH MCNr A DE51£+4 SERA MS FOR WATERANOSANITARY SEWER REPI.ACEM NTSCOHrRACT202G,WSM•K CITY PROJECT N0_:i0h21 II. Water and ewer file name example — "JAL-35667_org36.pdf" where "X- 3a667" is the assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example= X-12755—orgl8,pdf Seth PDF and DWF files shall be uploaded to the project's Final Drawing folder in BIM360. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DVVG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DING prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the VV number as for PDF and DVVF files, but shall include the sheet number in the name — "W-1956—SHTO1_dwg`. "VV- 1956_5HT02.dwg" etc. II. Water and Sewer file names shall use the X number as for PDF and DVVF files, but shall Include the sheet number in the name — 12155-31-IT01.dwg" "X-12755—SH702.dwg" etc. For information on the proper mariner to submit flea and to obtain a file number for the project, contact the Department of Transportation and Public,Works Vault at telephone number (817) 392-8426, File numbers will not be issued to a project unless the appropriate project numbers and fund castes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The prajeut will be bid only once and awarded to one contractor. + 0 sets of construction documents will be sold to and made available on BIM360 For plan holders and/or given to plan viewing rocms. + _10 sets of 2204 size and 0 sets of 11_` 17" size drawings plans and 10 specifications (conformed, if applicable) will be delivered to the CITY, • PDF, DWF and DWG files will be uploaded to BIM360. DELIVERABLES A. Addenda B. Bid tabulations City of Fonwbdti,Texas Midwent A PWO Release OOW 0841,2014 Pale 10 oT 17 ATUCHMENT A DESIGN SERVICES FOR WATER AN11SANITAMY SEWER ALM CEMENIS CONTRACT 2020,WSM•N CITY RRO,IUT NMi 103dT1 C. CFVV Data Spreadsheet D. Recommendation of award E. Construction documents [conformed: if applicable TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 61 Construction Support The ENGINEER shall attend the preconstruction conference. • After tha pre-construction ccnferfyrice, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed projectto residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and repots on progress. ■ As requested by the CITY, the ENGINEER shall provide necessary interpretatlans and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER shall) attend the "Final" project walk through and assist with prepalration of final punch Ilst 6.2 Record Drawings + The ENGINEER shall prepare Record Drawings frorn information provided by the CITY depicting any changes nude to the Final Drawings during construction. The following information shall be provided by the CITY; 4} As-Built Survey a Red-Dine Markups from Contractor o Red-Line Markups from City Inspector c) Copies of Approved Change Orders o Approved Substitutions The ENGINEER shall rnadify 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 elated 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 City of Fc,A Wants,-Texas Attachment A PMO Relem Me,0$. IDU Page 11 of 17 ArrACHWNT A DESIaH SEWCES FOR WATER AND SANITARY SEINER REPLACEMENT$CONTRACT 2020,WSV& CITY PROJECT NO.;1034ZI documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted can 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 fortheir files, but all original red-lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in bath Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PIDI< and Dwr file shall contain all associated sheets of the particular plan set. Singular POF and QWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_rec47,pdf" where "W-1956" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "47" shall be the total number of sheets in this file. Example: W-0053 rec3.pdf and K-0320_org5.pdf II. Water and Sewer file narne example — "X-35667_rec36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "—ree" uesignating the file is of a record drawing plan set. "36" shall be the total -urnber of sheets in this file. Example: X-12755—rec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in BIM360- ASSUMPTIONS 3 RF1 s are assumed. One copy of full size (22"x34") mylars will be delivered to the CITY. DELIVERABLES A. Public meeting exhibits B. Reponae to Con#rector's Rquet for �nlflrmatien C. Final Punch List items G. Record Drawings on Mylar City of Forl Worlh.Texan Machment A PM4 Release Oale:DS.1.2D$4 Page 12 of 17 ATTACH ME NY A DESIGN SERVICES FOR WATER AND SANITARY SEWER REFUC€M E NTS CONT'RACI 2024,M M,IS CITY PROJECT NO.:1W21 TASK 7, ROWEAREMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right-of-Way Research ■ The ENGINEER shad determine rights-of-way, easements needs for construction of the project. Required tenipprary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. Right-cf-WaylEasement Preparation and Submittal_ The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shaA submit the right-of-way and/or easement documents to CITY PM for real property acquisition ■ The documentation shall be provided in conformance with the checklists and templates available on the CITY's site, 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare and submit Temporary Right of Entry documents for landowners to CITY PKA for real property acquisition. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affnoted by the project and no easement is required to enter their proparty. The docu€nentation shall be provided in conformance with the checklists and templates available on the CITY's site. ASSUMPTIONS Z Permanent Easements or right-of-way documents wilt be necessary. * 60 Temporary right-of-entry documents will be necessary- Right-of-Way research and mapping includes review of property/right-of-way records based or current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (Le. iron rods, fences, stakes, etc_). It does not include effort for chain of title research, parent track research, additional research for ealsements not included irk the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. D. Temporary Right of Entry Letters i Cily al Fort us MI1 Texas Attachment A PMO Release Gala 05.1,2014 Page 13 of 17 ATTACH ME HT A DESIGN SFRYICES FOR WATER AN0 SANITARY SEWER REe ACEMENTS CONTRACT N24,KM•N CITY PRWECT Flo:143421 TASK 8_ SURVEY AND SU13SURFACIE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows, 8.1_ Design Survey ENGINEER will perform field surveys to collect horizontal and vertical elevations and. other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rimlinvert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and nth er features relevant to the final plan sheets. Existing drainage at intersections wit be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. # The minimurn survey information to be provided on the plans shall include the following: A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: - The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5l8' Iran Rod) b, X, Y and Z Coordinates, in an identiW coordinate system, and a referred bearing base: Z coordinate on CITY Datum only. C. Descriptive Location (Ex, Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). - Coordinates on ap P.C_'s, P.T_'s, P_l.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. - No less than two horizontal bench marks, per line or location, - Bearings given on all proposed centerlines, or baselines- - Station equations relating utilities to paving, when appropriate. 82 Temporary Right of Entry Preparation and Submittal ! Friar to entering property, the ENGINEER shall prepare and submit Temporary Right of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's site. ASSUMPTIONS 0ty of Fort Wohh,TEX95 ,4Nachment A PVU Release oats:09.1.2014 Page 14 of 17 ATTACHMENT A DmtON SEi2MM FOR WAT FR AN O EAMTARV S FW E R RE"G E M ENT&CONTRACT 2020,1NS V-K et1'Y PROJECT ua..103421 • Topographic survey at intersection will include no more than 100 ft. in each direction_ DELIVERAaLF-$ A. Copies of field survey data, and notes signed and sealed by a licensed surveyor. E. Drawing of the project layout with dimensions and coordinate list. TASK 9. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan SubmMal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffic TrELMC Street Water CoAtful Cuntrol Ganlfol Attact�rrTent"A" Signal Tre601ffic Enyineerlrig Storm Storm Lights Mewer Traffic 30% 601A, 90% Tatar Water (Submit (Subrnit Type (Submit All 30% 60% All i& All a (Submit All a 3WA $0%) Roquired for all Mork in City ROW Street X x x x x` x x x x Sturm Water X x K x x WaterI Sewer x X X x *Its included in street project City of Furl Worth.Texas Attachment A PMO RelgaSe Date.0S.1.2014 Page 15 al 17 ATTACHMENT A 6I=SIGN SERVICES FOR WATER AN D SAHIMRY SEMU RLPI-ACEME N7S CONTRACT 2426,WSM-K CITY PROJECT H0.:103421 ADDITIONAL SERVICES N07 INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following. ■ Negotiation of easements or property acquisition including temporary right-cf- entries. ■ Services related to development of the CITY's project financing andllor budget_ ■ Services related to disputes over pre-qualification, bid protests. bid rejection and re-binding of the contract for construction. # Construction management and inspection services # Periodic site visits during construction phase + Design phase public meetings ■ Performance of materials testing or specialty testing services. Servis necessary due to the default of the Contractor. Services related to damages caused by fire, flood, earthquake or other acts of V Q�. Services related to warranty claims, enforcement and inspection after final completion. • Services related to submitting for permits (ie.TxDOT, railroad, etc...) Services related to Subsurface Utility Engineering Levels A. B, C or ❑ Services related to Survey Construction Staking Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. + Services to support, prepare, document, bring, defend, or,assist in litigation undertaken or defended by the CITY. ■ Construction Shop drawing review, samples and other submittals submitted by the contractor. City or ForlWorth Texas Maehmernl A PMO Release pate;Q8 t4l q P,ggQt 16 pf 17 AITACHMENTA f}ESICsN SFAVICES FOR WATER AND SANITARY 5 EW ER REPIAC£M E NTE C dNTRAC T 2020,W SM,K CRY PROJCCT 40.7103421 • Performance of miscellaneous and supplemental services related to the project as requested by the CITY_ Clly of Far!4Vo*.Texas AWM7kent A PMO Release❑ate:08 1.2014 Pages 17 of 17 ATTACHMENT B COMPENSATION Design Services for Water an d Sanitary$ewer replacements Contraet2020, WSM-K City Project No. 103421 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum tee of $ 380,276.00 as summarized in Exhibit B-1 — 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, Il. 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 itern 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 ENG[NEER. Ill. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly and schedules in the format required by the City. Cily of Fart WaFth.Texan Al1s&Mnl B Ph10 olfrdal ReJease Date.0 09,2012 Page 1 or 3 B-1 ATTACHMENT B COMPENSATION IV. Summary at Total Project Fees (Firm Primary Responsibility Fee Amount % Prime Consultant Jaynes DeOtte Design $ 277,725.50 73% Engineering, Inc. Proposed MBEISBE Sub-Consultants Corrondona & Survey $ 102,550,50 27% - - Associates, Inc. Non-MBEISIBE Consultants TOTAL $ 380,276.00 100% Project Number & Name Total Fee MBEFSBE Fee MBEISBE Water and Sanitary Sewer $ 330,276.00 $ 102,550.50 27% -Replacements Contract 2020, WSM-K City MBEISBE Ci}al = 10% Consultant Committed Goal = 27 City of Fort Worth,Texas Attachment B YMO Ofildal Release Dale;0.09-2012 Page 2 or 3 B-2 EXHIBIT "13-1" ENGINEER INVOICE (Supplement to Attachment 6) Insert required invoice formal following this page, including negotiated total budget and allocatjans of budgets across work types and work phases. City of Fort Worth,Texas PMpOIficial RMigaw❑ala;8,09.M12 Pago 3 of 3 B-3 as aea 5 -uw 0 n n- � H iD m st as � is M. � waoQi m F]3 Yi G IS Q p ^ � W Lf aR R rD � w � a +'4) [G N m M O CL 3' [U CP IZ Cn FU 4 � w � ci n m 7. @ ZR p 7s — 3 $ r O n roa � � w 9r C� ra � 61 c r, rt$� iCn RE Sq e ff tQ 0 t9 i= 3 3 r o V O � v m m 3 7- rr a � a A p t! � P C 6 IR � Y 06 � G 4 � {f � l{y7 m cs s ` 2 ,__`»¥ n MQe ea { k # )#m 2 E{ #® o »§2&� k // r? CA � ��Kk § � .. •• g # .. @ cop � � fft \ k § £ s £ � \ ` k RL | § 7o B� | ee i $ 2 �� � § � ■ � I�r � � § 3E {� 7k _I a IfAe-tam n -00 o. 2 }}It% 2 \\&�k 7 � } �} B •�� �. - , \}}$a [ iI� 46 ƒ �ƒ $� 2 # | � \ ƒ } VA } § ) ' § ; In J f2)| n �A� \� f k � } � f o k | 9 E ! & | � f | ( � B « ■ \f a ■■ r + | - | 3 § f\ A � 2 � /© - E ATTACHMENT B-3 idon of Probable Cons rticlion Cost-U)NCEPTUAL LVnter and Rgatlary5eyyer ar>smenl�Ganitael 20� Yv>M-K proacLMialla Bmrldaora FoRTWORTH., PROX-V.,ter 9G-CKLF rA7 MNITFACT P�'€ETW £FTGItIt.4TIGH uuRrBC.A 8Tv 11 T UEN 4ESCWVIWU uMTpp ce AY18ukt MY 1 021114 24 EA (1241.1302 Remm+erV VatPd V6We 9,7S5. SG,120d 2 02 a1 ld P-.ivpve9,VraLer Valves Q60.04r41ShR 3 02 4J " _3 EA OQ91.1M RmKwe 12'_llater va1-x Vx 31,294k6U 4 024114 7 FA 024t.15111 5NAge fire 11 a1ant $71&W $5ASrol 5 01.l1 11 196 EA (124L1S11 Pais gell4`WalerMeter $115 $22,SqOLOI 6 311094 1 t5 3110AIGI SI1cClesling $20,000.00 120)ff00.f70 7 31 25 00 1 LS 3125.0141 SWW k 1 we W3 MC0 131kJOGC.0 I 37 tll 17 12,IM LF 32$l.Q L11 V VAdt AV MI PVmL Wok,Ra9dmhW 971L.fl0 "4 mari 9 31 0l 47 2,940 LF 9999,0001 7'W-Ih A1p[WL PVF[tL ftok,Pggde*4 $36.00 i101,90LL00 lf1 32 i6 13 9m LF 331G.01fl2 Corc£teh end Gurw }s,x40.0o I 1 32 F2 13 1,156 Sr 3242,09W Seeding,HydmmLktt $]L0 $-3,466.67 12 33 OS 10 IveG Lr 3NS0109 TmrtEh Sarely $I-00 $17,360.90 1.3 33 t1 11 &0 TH 33i1,0001 Oudlk Gan Water F 5 wI Reslralnt $4.000.GO $3i1,fS00.00 L4 331112 1m LF 331F.0161 6'pw-waterpw $57.00 #Li1,260.0 _ 15 331112 9,900 LF 33114261 I'PVC WaLer V2pe $fjM $65398400 14 33 11 12 7,300 LF 3311,4151 i?me wat4 pipe 471.00 $163,300A0 17 31310 $I Cll 3312,0 01 fWeHydrant $4,10040 $73Aa0.P4 i3 33 1211V 156 EA 3312,2001 1'Wamr 5el&e,Meter Re[mmKtM $1,000A $196,i100.110 19 33 37 14 196 LA 3312,WU3 i'WaW 5anece $1,700M $333 200.90 20 33 12 20 to EA 33123CO2 5'GateVAtl 41,200dw $2l.AM C 21 33 12 A0 29 FA 3312.SC0=1 3'{7lE lVslve St.sw 11C yi3,S1 m 21 #3122a d EA 3312=9 i2'q;a Vam VImm $9r410A 33 3471 13 15 NO 3471AXI TrArfiE CW" 11,700. $25,9WM 24 90-"00 t L5 9999.00W2 Cnrlstnxtlom Akwj ice $MXOIVK $270,0G3AG 25 0171221 1 LS 01714101 Canstnxtiri Sm6g $36AX-00 $32,00-00 2d W 7123 1 45 017 L.OW2 AS dtat 15.W3 $15rC00.U0 SLkl OW i2.g92,5i11 t17 m ewAkg. $748,14G;42 Tbul 63,7401mall r r.sc ixaY sty p 1 024114. 15 EA 0241.2-20i Rernore 4' wv'er hlaplsdtt $7fl0,00 $10,500, 2 311000 - 1 J 3u0,0101 '9Ik0ewsu9 0,000m 45,000 3 3125 ca 1 is RZFLOtat WPP it 1&TA $t0A00.O0 pc,t3n0A0 4 32 01 17 445 LF ML.O411 V Wlde AsPhi%Pa1n1 Mpdhr,Rmhmr�llal $79.00 631r150,0>f 5 32 01 17 315 LF 9999MOI 1'WWe AsphoR Pant Re k,Rg3lderobaI 135M 112A7S,ao 4 321613 SiS LF 3215.002Ca++cCwbandGutEca IRT 54255,00 7 1329213 -- - -321 Of 3291,etd0 Tepail(61 deW) vmu #7,341-94 6 32 93 13 1,928 Si' 3292.0100 51ock Sad&,tanetll $5.00 $L 1,5mm 9 32§213 St SY 329ZCA 10 Seeding,mydmmWeh $3m $153.33 LO 33 dt30 23 TA 3111toLOi Manhole VaE m Testing V75-00 14,039_p4 41 33 05 to I,71M LF 3305.CLG9 Trerxh Safety $1.0 S3,70G.00 12 33 31 50 75 EA ML3t112 4"2-14ay C1¢s1+>arA *M. $331756.00 13 3331 So _ 75 EA 3331.3311 q'Sewer 5eryce,Reopne[tlon SUSAN $6 G25.43 19 33111a,333120 1,Sm Lr 3131.4101 i'Sexier Pipe $fi6m $9%i1r1 Da 15 33 it i0,33 31 32,33 312G 3,700 LF 1331911S 5'Sewer plpm{ 25 My Ono 1141A 4 16 33 8910,]$39 A I3 _ FA 3M.1901 q"AEnholk SS.7m06 533 t,1u4.09 17 347113 S MO 3471.OpoI 1`rarFc c Vql ;i.MDG ASOR.Og 16 999990 _ 1 Ls 99rAODU CmhlruG n NawmmM *momo0 IK006,00 15 Ot 71 23 1 LS 0371,0101 cm9nK ian Steldno $12,000.04 $17,000.00 10 017123 1 LS C171.0102 Aa-8ulk Sump $S 000.00 16,,mcLo0 21 33 013E 3,700 LF 330t.0001 Pt-OCLYfn&v9dforr $306 ;11,100.0 12 33 0131 3,760 LF 3301.0002 Pmi-CC vinspeafoh $3.00 $t1,lamc Sustotsi 9815,995.29 2F%CanWnp_. 12p3,99m.A3 Total $1r039,994.10 n�nr lYblli/lilMi �' - . -- GrandTatel $d,76U,d94.29 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Water and Sanitary Sewer Replacements Contract 2020, WSM-K City Project No. 103421 None. City of Fort Worth,Tax" Attau�imenl C PMO Release hale:09.1Q.MO Page I of I t i k Y ti i Y,- 7t -i x ot{x a_31 1 al it fa + 1 � XA AAA Aa �e ,r * dAAAd aA A AAdA A +r AA rA + a XA A ,r AA rAd A A A A fiAAA AAAA # i rf Bfr = tt attrcx *1 xNt = rr .. - � � c e S y{ f y • F 1 Tim al i! r_ a i _ -'d s e:c c:o z= A� aadAdddddAAd I� dAdAd .= dAAJtA �� dddaJtAaddddaaAJuddlt ,= llddA # 1 ddddA AdJFddd��; � "a E 6 9� L 9 x : w u L. ll� 4J a ATTACHMENT E �r#. r q4•� --I� � f__"—�— — - - � s Ste- i— ::`�v_`iv��:�` _+'��w�a•x�K � , it .��e��_4i � SC}UTH HILLS_ AVE y SOUTH H LLS'AVE NQflFLIif' y '4F - �•� ]!r` �Lp ��7 NQRFOLK RD, 'r I iw p DRYDEN,R 4c q 1,C 1YRAS � ` BRADY-AVEF -F. Fa ON x i y , '• r ' FoRTWORTH ATTACHMENT "F" CERTIFICATE OF INSURANCE Water and Sanitary Sewef Replacements, Contract 2020, WSM-K City Project No. 1123421 C 1Y of Fact Wank,Texar ANOment F Page 1 of I DATE 0AM1QOrYYVYI CERTIFICATE OF LIABILITY INSURANCE r t3151202 i THIS CERTIFICATE IS 25SUED AS A MATTED OF LNFORMATIQN ONLY ANU CONFERS NO RIGHTS UPON T"E CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFOSCICb SY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE UQES NOT CONSTITUTE A CONTRACT BETWF EN THE ISSUING INSURERIS), AUTHORIZED- R PPRE SENTATIVE 4R PRODUCER,AND THE CERTIFICATF f401.171EIL IMPORTANT: If tITI1"rtlficate haldar is an ADOITIDNAL INSURED,the pobeyiles)must have ADDITIONAL INSURED provlslions nr bo endwsed. If SUBRDGATION IS WAIVED, subject to the terms a H d tanditlans of the polity,certain polIclea may require an endorsement, A atainment on this ccrtlficate does not confer rights to the cerlificate holder In lieu of suOn endorsement(s). PRQdU CONTACT Risk Strate NAME Haler Br nt 12801 Northies Central Expy.Suite 1710 PHONE Flu lid 323--460 Ph% wg: 21+1 5 -ass Dallas.TX 75243 E-MAIL �rilfi�tedallas risk-strai e�Dom INSURER(SI AFFORBINGGOVERAGE "ell INSURER A: Hartford Und_envrlters Insuranc3 Corn a :M104 INSURED INsompa; HartiOrdAocildenlamdl errhnl(yCwvi3w 22.357 James DeOtte Engineering, Irle. IkSUPAR c- Traveers l Casualty and Suret Co ofArrter 311104 2201 Dottie Lynn Parkway - Suite 119 INSUR€rta; Fort Worth TX 76120 I143URERE 2 INSURER F: COVERAGES CERTIFICATE NUMBER: 932190917 REVISION 14UMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED 13FLOW HAVE RLEN ISSUED TO THE INSURED NIAMEO ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREWNT, TERM OR CONDITION Of AKY CQNTRAGT OR DTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES 01-7SCRISED HEREIN IS SUBJECT TO ALL THE TERMS, LXCLUSIONS AND CONDLLIUtNS OF SUCH PULICIE5.LlMfts SHOWN MAY HAVE BEZN REDUGEtD BY PAID CLAIMS, IN6R — t BR POLIeV Epp N LICy E" L11frd JI.T TYPE Or INSURANCE I fTo1Icy NUMBER lire A A CnMM11rRrAALnENFRA "AnI41TY 46SBAAH4NYX W2812020 9J28f202f EAGHWCUPWENCE 61 d()0,10]0 CLAV63-MADE Ez OCCUR PREMISES s S 1 O00❑44 KIFDELFL%5�ane ,eradn 51 QQQ PERSONAL A AM INJURY S 1 00t}f100 GEN L AGGREGATE LIMIT APPLIES PER; R ALL AGOREC,ATE 32,p0U4t30d9 PGLICYF71is F-1LUC PRowcTS-compmPAGG $2000000 DTHER' $ A AUVOMUBRELIAWILITY � � 4ASRMH4W(X 912d?12020 W2ft12b21 E a a s�� MIT 91 p00f)00 ANY AUTO aOOm-Y INJLrptyr J"rt* E OWNED SCHEDULED DMiLYR9JuR;Yluaxkw3 5 Au:as ONLY autos HIRFI3 NON-CONED PROPERTYOAMAGE 5 AuTOS OWY ADTM ONLY s UMME"LIAI# CrC R EACH OOGURR>=Nrr- S 5KCM L!,A4 AGGREGATE $ DE4 I I RETENTTi7N$ S. B WORKERS COMPENSA710N � 4GWl3CAH4P07 10113f2020 1011 021ILIT / sTATUT ER'� AND Empi.oyew LiA9Y ANYPROPRsETOFUPARTNEWEXECUTWE Y rK N rA E-LEAGHAGGIQEH7 $ D .ODD L)FWE Wr�M9r_r0x0LUf]EI7i �1010n4tseory In NH) U.Df8FASE-EA EMPLOYEk S Iryyiex,daso4iha under D€SCRIFIiaN OF OPMATIOMS bokw E->_ nisFAsr-P4Licy Lwrr I Sa i 000 06t1 C Pwfessionaf UaWlity 107318COR 912&2020 912EV2021 kroladm $1,000.000 Annual Aggregate $2,000,000 DESCRIPTION QiF OPERATIONS i LOCA-1100$1 VEH ICLES ItACORD 1 a1,Addllknel Ramalks Se4eduie,may he■naClwd 11 rnme epaCa I3 roquIr4o) The Claims made proiessianal liabdilly coverage is the tin Lai a regata Illmit for all Halms presented+nrilhtn the annual policy period and is subject to a deductlble.7hirty(30)day notice Of cancelletion In favor of the ceTtificate holder on all pollcles. klz:Water anti Sanitary Sewer RepiRe smenls Contrac12020.VVSM-K City Project 140,103421 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED DEPORE talc of Fart Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE VELIVErtrR 1MI I Ul ThroOkmortcn ACCORDANCEWITHTHE POLICY FROVlSIONS, Fort Worth TIC 76102 AUTHORIIE10 REPRESENTATIVE liillar F(itlQu h G 1996-2015 ACORD CORPORATION. AN rights rescryad. ACORD 25(201W ) The ACORD narne and logo are registered marks of ACORD 833889YY 1 7D721 CLfA+JW9 I?L I ID.nad Dane I 616{ UK 31:3UA5 PN IEEM I Page I p6 3 W27=1 M&C-Council Agenda City of Fart Worth, Texas Mayor and Council Communication DATE: Tuesday, August 17, 2021 REFERENCE NO.: "kM&C 21-0587 LOG NAME: 6OWSSC20►NSMK-DEOTTE SUBJECT: (CD 3) Authorize Execution of an Engineering Agreement with Jaynes DeCitte Engineering, lnc., in the Amount of$380,276.00 for the Water and Sanitary Sewer Replacement Contract 2020, WSM-K and Adopt Attached Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council, 1. Authorize execution of an engine&ng agreement with James DeCitte Engineering, Inc., In the amoun#of$380,276.00 for Water and Sanitary Sewer Replacement Contract 2020, WSM-K project; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of$577,950.00, transferred from available funds within the Water and Sewer Fund, for the purpose of funding Water and Sanitary Sewer Replacements Contract 2020, WSV1-K (City Project No. 103421). DISCUSSION- This Mayor and Council Cemmunication (M&C) is to authorize execution of an engineering agreement with James DeCitte Engineering, Inc., in the amount of$380,276-00 for Water and Sanitary Sewer Replacement Contract 2020, WSM.K project for the preparation of plans and specifications far sanitary sewer and water main replacements on the following streets, alleys and easements; Street From To ]l Scope of Work South Carolyn Road Brady Avenue Hills Water Avenge J Norfolk Road Brighton Road Carolyn Water Road Dryden Road Brighton Road Trail Lake Water drive Trail Lake Seth Hills iMandedy WaterlSewer Avenue Place Easement North of Suffolk Trail Lake Drive West 605 Sewer Dave feet Easement between Suffolk Trail Lake Drive West Sewer Drive and Manderly Place 11,260 Easement between - East 914 Brighton Road and Bellaire Circle Sewer Somerset Lane feet Easement Between South 170 feet South 65 Winslow Drive and Trail frnm Suffolk ,feet Sewer Lake Drive Drive apps.cfwner.arglemtmiUprinlrnr.asp?id=29l35&print=irue&DuuType�=Print �!3 W270021 M&C-Council Ah)wida Brighton Read ellaire Circle Trail Lake 1Nater r o— Drive Winslow DdveSomerset Large Brighten ��ater Road �—M anderly Place Winslow Drive Tram Lake Water -- Drive Trail Lake F ffolk Drive 11Vinslow Drive IlDriveitWater F-rl Avenue - Corto Avenue Suffolk Water - Drive In addition to the contract amount, $197,674,00 Mater: $155,254,00; Sewer. $42,420.00) is required for project management, real property acquisition, utility coordination, and material testing.This project wiII have no impact on the Water Departrnent`s operating budget when compiated. The sewer component of the project is part of the Water Department's unitary Sewer Ovprflnw Initiative Program. Due to insufficient funds remaining in the Water Pay-As-You Go allocation for Fis l Year (FY) 2021, Sewer funding is being used to fund the Water construction cost required in this M&C. Appropriations for Water and Sanitary Sewer Replacement, Ciontract 2020, WSM-K are as depicted below; Fund Existing Additional Proj ct Total* Appropriations Appropriations W&S Capital Protects $0,00 $577,950.00 $577,950.00 Fund 56002 Project Total f-- $P70 $577,9�D.00 $5�77,950.00 *Numbers rounded for presentation purposes. Business Equity- dames DeOtte Fngineering, Inc., is in ccimphance with the City's Business Equity Ordinance by committing to 27 percent Business Equity participation on this project. The City's Business Equity goal on this project is 10 percent. The project is located in COUNGIL DISTRICT 3. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that funds are currently available in the Water and Sewer Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the W/SS REPL Contract 2020 WSM-K project to support the approval of the above recommendations and execution of the engineering agreement. Prior to any expenditure being incurred, the Water Department has the responsibility of iverifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department lAccounil Project Program c#ivit Budget Reference ## Amount ID ID Year {Chartfleld 2) FROM Fund oepartmien# ccount Project Program ctivit Budget Reference # Amount ID ID Year (Chartfield ) i CERTIFICATIONS: Submitted for City Man ger`s Office Icy. Dana Burghdoff (8018) apes.cfwnel.ory i'acoundUpOwnc,asp?id=2g 135&print=true&DuuType=Print 2J3 W712021 i5k&C-Coumil Agenda Originating Department Head: Chris Harder 5020) Additional Information Contact: Brenda Oropeza (8271) ATTACHMENTS 1. 103421 Compllancc MQrnc_(002),pdf (GFW Intomal) 2. 1295.pdf (CFW internal) 3. 60i1VS20SMK- 7EOTTE FIQ T able VIIF OT. 3.2 }.xlsx (CFUV Internal) 4. 60WSSC20WSMK-QEOTTE funds avallability.docx (CFti1V internal) 5. 64 SSC24 SMK-❑EOTTE SAM,pdf {CFW internal) 6. 6QWSSC20WSMK-DEO1TE 56002 A021(r2)r.docx (Pubtic) 7. M & C MARpdf (public) I apps.cfwnut urglecouneillprintmr,asap?Id=29135&prpnt�lrue&Doo7ype--P rit W3 NJ W i--+ L.3 LJ Al N7- - _ f13i In Ln Ln Ln L" LM LM Ln un Ln M Qq to Ln Ln LP LA Ln Lit LM Lm in Ln S {n L7 } b C1 LT dY LT 41 OI L71 4l ff1 Ql m iri al T 0) m m mdo Dti m b L? Ind d 6 0 O G 4 d O O Q 4 Ct b N N N hd7 N N N N N N N N N N N N ti - - a D Q 6 Q Q d O d Q Li 6 b O G L7 d 0 L7 {J G7 O 0 0 0 4 V V V V 1= 0 0 E; 0 4ti ��55 d5 d5 V V �s til �J LT OS qG ¢G G O O �Gj O Q Op O Q 4 G O C7 C pbp b �C}1 S # A A � D AT In A A A A f,N 11F Ls1 {yy 47 W W W W W W W Ll} W W iN W Ld #ti' 4u 1V LLS 4a2 W W d O d o c o 0 0 o fl b b a a a O o 8 4 O vi Llti Ln Ul Ln Lrl In En In Cil Ln Sf1 L!L LLJ,L1l In p A En L11 3+` R {e1 W Lxi V W H -4 W 1-a W W SU W W A N 1Wll uoi N LLn LWn F LLD Sn W W W W Fr F+ W F+ Ln F-L W 1--L W O o 0 0 0 o b b C m b 4 O 6 O d Dt A5 LT m m QS m w Ln W Cl ui W O 4n w � W Ln W Ln 1.-� r a � tJ C G O O {n 0 Ln r a a Ft n n O Ln O L/L C Q Q G 6 d 6 L V 4 w L4.� �4w A A A A A A P A A b A $ $ A A A A A A A h# N N IV NN N N N N N r4 fU N N N N A.] N f.J hJ N N W H r r r r r FL Y F-L F-1 p Q p O co a o 0 0 0 G4 B C? C 4 b Co L'a O O 6 b 4 4 8 O O O d O C C] O d til til til Ili V F-� L"' F""' ' -J F-' -iF4 -A V A, ~' V tl til .J -1- 4- W W W w w W W uJ qG ] rl 1] W W W L, W ? A G cp G Q O Q O r - LP [A L9 L2 LO lO w w L2 L2 w LD LD uo� Lt. U5 L2 Lo N tJ ri hl 0 LD L2 LD LV T W W L2 LOW W L2 W W Lp tip LQ w 0 4 co Cl LD LD LD LD LD LU W LA 0 LO LA to LO LD W LD W 4i) LD u %D w w LU W W W W W Up --b 1.6 b in Lo LO Lb Ln 16 ih LIN i 4 tiff ilt r V 1p^ V • ih Vr i!� iA F-• 06 N Ki N t- LA {iY tl 1+.L N La A A H LLD (p W L[] ba O in Ln O O W !a. -I Ln 1--+ G7 Lp G In tF Vs O O O 0 O 1D m W p 4 L7 Ln in F LO -L LM Ln LO LD Ln W C3 CD0L7 d l7 W O Iv 4 V7 ff1 i1 81 b A O1 Sh 6 0 0 0 0 0 0 0 0 0 0 4 0 0 4 n o n Q C L3 O L7 La b C7 0 a f] d U o o O %J G0 o o La a L Ln (Z n L rn m rn ry irs to r} o Ln or ar + � 4 C f# ? e� 0, c p 7 7 7 3 n Lr Cr cr P+ a C C C C y L.. w" •+