Loading...
HomeMy WebLinkAboutContract 46607-A3 CSC No.46607-A3 AMENDMENT No . 3 TO CITY SECRETARY CONTRACT No . 46607 WHEREAS, the City of Fort Worth (CITY) and A.N.A Consultants, L.L. C. , (ENGINEER) made and entered into City Secretary Contract No. 46607, (the CONTRACT) which was authorized on the 141--h day of April, 2015 in the amount of $ 107,865. 00; and WHEREAS, the CONTRACT was subsequently revised by Amendment No. 1 in the amount of $314,000 .00 authorized on April 18, 2017 M&C (C-28195) and Amendment No. 2 in the amount of $272,324 .00 authorized on April 16, 2019 M&C (C-29097) ; and WHEREAS, the CONTRACT involves engineering services for the following project: Near Southside Medical District Water and Sanitary Sewer Improvements; and WHEREAS, it has become necessary to execute Amendment No. 3 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1 . Article I of the CONTRACT is amended to include the additional engineering services specified in proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $258, 780. 00. 2 . Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $952,969. 00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City' s Prof Services Agreement Amendment Template OFFICIAL RECORD Revision Date: November 23, 2021 [Southside Medical D W/SS Irr Page 1 of 2 CITY SECRETARY FT. WORTH, TX designated Assistant City Manager. APPROVED: City of Fort Worth ENGINEER A.N.A Consul an , L.L.C. 0cgn67 24441 0 Dana Burghdoff(Mar 17,2022 17:44 CDT) Dana Burghdoff Mark aad P. . (_+ Assistant City Manager Vice President DATE: Mar 17,2022 DATE: 02/17/2022 APPROVAL RECOMMENDED: rto—L/""'de" ChnstopherH rder(6a 7,202208:19CDT) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. n �7 Iz• J6M Kasavich, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: M&C: 21-0992 Bev, Date: 12/14/2021 DBlack(Mar 17,2022 10:01 CDT) Douglas W. Black Form 1295: 2021-818763 Senior Assistant City Attorney � ATTEST: AoFORr� � r a o0 d .7�`I`IG��G c1 C7000��GG l�o o d a Jannette S.Goodall(Mar 18,202209:21 CDT) /+o o=d V o o o Jannette S. Goodall ���'f *d City Secretary �000000 �/D1 OFFICIAL RECORD CITY SECRETARY Prof Services Agreement Amendment Template FT. WORTH, TX Revision Date: November 23, 2021 [Southside Medical D W/SS Page 2 of 2 (CPN CO2445) 5000 Thompson Terrace f Colleyville,Texas 76034 CONSULTANT •.. (817)335-9900 Fax(817)335-9955 JOEL - September 30, 2021 Mr.John Kasavich, P.E. City of Fort Worth Water Department 200 Texas Street Fort Worth,Texas 76102 Re: Amendment No, 3-Professional Services Near Southside Medical District Water and Sanitary Sewer Main Improvements City Project No.:02445 Dear Mr. Kasavich: At the request of the City,A.N.A. Consultants has been asked to provide Engineering and Survey Design services for the above referenced project. This request for additional services is not part of our existing contract and will exceed our current scope. A.N.A.Consultants, L.L.C. is recommending that our current contract be amended to include these additional services as well as the corresponding fee adjustments. The expected fee for Amendment No. 3 is $258,780 for these additional engineering and survey design for FY21 Near Southside Medical District Water and Sanitary Sewer Main Improvements. We expect to use RIOS Group for to meet our Minority goal of 13%this Amendment. This amendment will increase the total lump sum fee to $952,969 . The following table summarizes the water and sewer design fee: Contract/Amendment Water Fee Sewer Fee Total Original Contract $92,192 $15,673 $107,865 Amendment No. 1 $195,000 $119,000 $314,000 Amendment No. 2 $223,979 $48,345 $272,324 Amendment No. 3 $199,310 $59,470 $258,780 Total $710,481 $242,488 $952,969 If you have any questions or require additional information, please give me a call. Sincerely, A.N.A. Consul ant L.L.C. M Assa d, P.E. President I J:11404141ContractWmendment N0.-Water-CD 9 FW South-FY21-02445-ANA 14-0414-20210930.docx CLIENT SATISFACTION IS OUR BUSINESS I D O N po po p c a.O 0 C m� .0 o 11 T m c T V °n r j ,o H=d= n C7(n v 0(1 c) n s'r d T T v o pp p• 'o a=;? ` =o > > w 0 3.3 c)m r3 o 2 a p, n d'o.yoaly o��Nmyhn � nl_-"'my �•o- p; Mh m(�� 3.c v tom mao o y o '�2 2h miYu m 'm ry c a,.tom TV yn �H _> > ? o _ Nm3n "fin N�,'nN mwo3 3yC) Ny Hcoo ���xon �3 ;mu < 3 no m3 o maS7J- -( n o " a j m N x a 3 °i m Poo A o y 0C. D a a h =. T N _ q x � n _ w - U1, o � Z _• m N N O m 1. Q C D T- a � fO n 0 0 m NNE UNNA O NNNOI +NA-, tD NA NNN NN o m fT1 m9 O_ o,o 3 ry n m n � W A A U N r N N-� U N AA m O W N AA OmN mUN 4t N N N o v_ —I r N J ODUfUliNA mfl,mN tWlf (A.! ~ 0 s-, y°y 0 c 2 a O an > m AoMA 00 m v pDN D ('p aoo ?°. " p + pCL N m» N � O = T J O > * (p a m (n U.) n�c m w`N� NE o•� m A W a o N 0 0 � o 0 0 0 0 0 0 0 E X RE (/1 . W 0�+� �WH�+'NmW fAm br T�W Nm� �NANyr N �tm0 �N N W N Wm � J H � 0 ° Nh N N JJ O m o� 000O1 oo 0000N oo0000000 0 ooAo 00 0000� o m o a o 3 1 V/ m v 0 � N Z C_ W 3 6T % C5 � C W N m o o m z 0 0� z moms ° i ow o 0 0 0 D N w m p ;m m o i f m ^ o m a d n �oao �• R o H % D n m ^a r x c m w m m D H S c 01 0 0 3 O O w O o O Oe'O"'O .O O O.m..W 0 0 0 O�O n y m a 0 0 0 0 0 0 0 0 0 0 0 0 o n 3vz z •a N goo •. < p••� y� m W N mom N y�� W Nm� NANm N --� y� i. N N W N m .-{ bNm Nb, A Arn� A OIJm V V tW.� V�I W Am mUl O OmN U W N W N V J 0 0 0 0 m 0 0 e;O m O O O O DO w�7 �o 3 T 0 0 o 0 0 o N m mmo m _ -o A A A W W W i•;N o - _ w c o(n y 0''p^ J av oa m j> mm oOmv00 2>0g- O � 1aDo w c O m m ' T C fD Q on0 n o. .. _ O = o — J w O =.N .+'.il N J � � C) -�Nm � p1o1 3wC� - N oJc N(n g _.�o _ 3 m��. NAJ 3 'o^ nJ �.d =^ w w v a <'' mo(nm Hi ° -i m 0 J O �,� Nm ova. F mfD ° myaFJ : (n o m D v_ O w m p o a a - — 0 m r n o D w r o cn r J Z1 T n m n EL D 3v m ; 02 D tAo N N ANNA N ONNN°�> -�NA> m mm N N O o l (n m D -� r O 2 9.o Z D ono fDm �r -IaU) o jj m o A O N AAm mAmoNN A V mmN mm m N N N � ;u x a co1 0 m W ; W N 'Trl _ Na m H A(Vii N N N AA W m Wo z m �_ ;a (n '--� 0 0 (n w W m m O O I.A O O A A N m m O O ;] n m'O D O D a N w m F a m< A Z 1 0 =. m m m o o o CD C n z n o D Z) wo o p W V O O O O n° Z n °D n n 9 —I z No^ O o D m o CL D o w R ;° u, rn En a o<n ei a Fn Fn En w Fn En F»rn v� N to Fn En to o_ N N N A H1N o AbiA m AA m O A OmA Ao f mt°m>A 0 rn O o m m a A A A = o N O O o O o 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 0 O O O O o 0 0 0 0 o O Q) n o 3 an rn fD m o w a A m (n Z m c 0 o f o 0 0 0 0 o m ? N p J .c—. K CD 3 J N 0 .m m n o 0 0 0 0 0 0I m f0 3 (D a -Di z ; n m m m>m ° -n z '1 o m y a o r^ -< O o N a m m o 0 m m z C KQp 2 0 o 0 DK y g m Fn rn o _ Kcn U) o �c w b d o 3 m rn .Am.. Obl m(nN (/1 fll(n(/1 m(n N(n f�(�1/�fl�fnO m mN En W M m m(n-��;mU1 mMfn f. fn N N m ,'^, �o ,��m � � 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 zOA D > i o�y N 1'�I Vl _ T Z > m A A N � A bl I�lt fA b1 bl N EA YI M b1(fi� Ui l M Efi b1 � ffi UI fA bi N C Z J U t o fi l O O A m A O o No A m A m o A m 0 o O m A A o f D f n NO m m>A o m f l3 m t n '1'O o m m fl r A A A A y p Z O O O O O O O O p G O N m Z A A N ONi N A W N ; O to pp V m Vt A W N + O ro ao J O ut A W N + O vD 1 y3 z 1 mZ m v 0 W 'oa n 3 3 d p 3 3 e n 3 3 5 e C) 3 T o e �. m ma n p o a o a 0 y vi o o c �0 0 0 o d �°0 0 g m Z o a m m m °' Q o o T 0' o op m m T Q o 0 T @ o v > 2 v . a m T m 0 m C v m C � �' a y ,Z v 3 y o 5t o y 2 `e w N CO 2 3 0 3 o m 0 0 St o 7p o 5f o o N a. c o n >9 v m m. 6 9 a y p '7 o D 3 0 0 V D 3, W ,� 9 -i mm coo' 6 � m w <, 3 S <, C 3 <, m Q m 3 C m kn a p 0 c �, c p fn 3• �' 3 3 0 0 3 CO 3 mM 3 -c-.' 3 3 w o o mm n 0 yn 0 0 o 0 O m o cn 1 » 77 � 1 v m m o om O 0 0 0 O 0 m t m m m m c c y y m 0 O p 0 O m' V o n o m n 0 'O 9 .Z m f0 fO + N N E V m N N N Ut N N = N N N O O N NN N N N N O O N N O O O O N N N N N N N N N N D- W W W W W N N N N N N N N N N N > D T T $ 0 0 0 0 0 0 z N m N m co 3 3 g 0 D g min o 9 M. nv Vt ml � � N W V V W O m � 0 N (Nj N N N N N 0 NO NO W O V NNN ml O O N N N ON O O O N O O O O O N NO O O N O 0 N O p O O N O NON lNJ W W W W N N N W N N N N N N N N N N N N N N N i W W T N o. O n fn pn� y ml u m m � iv 0 0 0 n o mNl INII A [Ni] � � J W N N W f0 J W A 17l D 3 m z 0 o m X z z � o v y _ N m 3 ' mo � 0 _ � c� 9 � o w m a N 3 N •� S 5 a N_ H c F n � o 3 3 0 8 m F 3 3 a a N d oa D s 8 c 3 $ a o R 3 3 9 - n j y o o R. 'o ma o a a S 3 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVEMENTS CITY PROJECT NO.: 02445 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The design and survey project for AMENDMENT NO. 3 FY21 NEAR SOUTHSIDE CD 9 PAVEMENT AND ROADWAY IMPROVEMENTS is located in FW SOUTH area for Fort Worth, which entails the additional engineering and surveying services for performing work outside of the original scope of services for Amendment No. 2 which includes the following: The following are additional streets added to FYI Unit 2 to Construction Plans: STREET WATER SEWER U _U a) N a)AL) _N N i4 N N ❑ (n cn ❑ U) co U U N o Water Map w a Lengt o Sewer Map w Length Street/ Limits U No h LF c.) No LF E. Broadway Street. 1-35W Frontage Road 9 2054-388 6" 8" 500 9 - - - - Kentucky Avenue Kentucky Avenue E.Vickery Blvd. 9 2054-388 20" 16" 850 9 2054-388 8" 8" 750 E.Broadway Avenue Missouri Avenue E.Broadway Avenue 9 2054-388 6" 8" 540 9 - - - Stella Street The following are additional streets added for FY21 Near Southside CD 9 Pavement and Roadway Improvements: City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 STREET WATER SEWER U U N N � N N W U U) U) X 2 C X 2 o Water Map W o Length o Sewer W o Length Street/ Limits U No (LIF) U Main# LF W. Peter Smith St. Ballinger Street 9 2048-388 10" 12" 50 - - - - Henderson Street 2048-388 10" 12" 162 - -W. Peter Smith St. S.Jennings 9 2048-388 3"&4" 8" 133 - - - Galveston Ave. 2048-388 8" 8" 240 -W.Tucker St. Lipscomb to Hemphill 9 2048-388 4" 8" 440 - - -S. Henderson St. Pennsylvania to Terrell Ave. 9 2048-388 No Water or Sewer Replacements Needed 6th Ave. Terrell to Rosedale 2048-388 6" 12" 795 9 M-273 10" 12" 750 9 Pulaski Crossing 2048-388 6" 8" 45 - - - - - Galveston Ave. Rosedale to 150'North of g 2048-388 8" 8" 350 - - - - Pulaski Galveston Ave. W.Broadway Ave. 9 9 2048-388 8" 8" 370 L-192 6" 8" 305 W.Peter Smith Street 2048-388 - - - L-8329 6" 8" 160 W. Pulanski St. St.Louis Ave to Oak Grove St 9 2048-388 6" 8" 50 - -S. Lake St. Rosedale to Magnolia 9 2048-384 42" 30" 800 - - - - - Travis Ave. Ingram St.to Morphy St. 9 2048-384 No Water or Sewer Replacements Needed W. Morphy St. Alston Ave.to Hemphill Street 9 2048-384 No Water or Sewer Replacements Needed Water Total 3,435 Sewer Total 1,215 WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Plan Submittal Checklists TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, ■ communicate effectively, ■ coordinate internally and externally as needed, and ■ proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 19 ATTACHMENTA DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 • 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. • 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 • 11 MWBE reports will be prepared • 4 meetings with city staff 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 G. Plan Submittal Checklists (See Task 9) TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives that enhance the system, ■ Present (through the defined deliverables) these alternatives to the CITY ■ Recommend the alternatives that successfully addresses the design problem, and ■ Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOLITHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. 2.2. Genteahnigal IRyestigatinns (NOT APPLICABLE) • ENGINEER shall advise the CITY of test borings and ether si bsi Ffaae i Rvestigations that may he needed far the nrnieat If the CITY determines that SUGh 1901111,_ 01 111.eStigatiGRs are Reeded, theR the ENGINEER shall work with the ( ITV anrd ( ITV's genteahninal nnnsi Itant to draw up snenifinatinns far siinh testing nrngram The nest of SLAGh testing will he paid far by the ('ITV 2.3. 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. • Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative form. • Documentation of key design decisions. • Estimates of probable construction cost. ASSUMPTIONS • 0 Geotechnical borings are expected for this project. • 2 copies of the conceptual design package (30% design) will be delivered. Report shall be letter sized and comb-bound with a clear plastic cover. Drawings will be 11"X17" size fold outs bound in the report • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 5 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 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 Protect Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall project easement layout sheet(s) with property owner information. • Overall protect 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. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 6 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 • The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering (SUE investigation has been performed). The Level A SUE will be performed; (1) by the ENGINEER if included in the fee proposal; or(2) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or (3) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options, the ENGINEER shall propose appropriate de- hole locations in the project and collect flow line elevation and other applicable information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • Provide map showing location of new manhole construction at the end of existing sewer segments, 90 degree bends, or tee connections. Site survey or specific design plans for manhole construction is not included as part of the scope. The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. manhole construction. • The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-section of the CITY's specifications. These may 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. GeOteGhniGal Investigat (NOT APPLICABLE) • C`nil investigations, inrlr ding field and laberatE)Fy tests hnriRgS Felate r r d I l+hnrrtn ri aRaly is will be made of rnosnnable intervals olnnn the nrnrort +linnmo of fnr the r r QARtF@Gtnr's sn rd in eterminiRg soil rnnrlitinns fnr preparing i hied r n An A Torh Safety Dlnn 3.3. Constructability Review City of Fort Worth,Texas Attachment A PIVO Release Date:08.1.2014 Page 7 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. 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 Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 3.5. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's Buzzsaw 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 • 0 public meeting(s) will be conducted or attended during the preliminary design phase. • 0 borings at an average bore depth of 0 feet each will be provided. • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an additional 0 project specific traffic control sheets will be developed for • 2 sets of 22"X34" size plans will be delivered for the Preliminary Design (60% design). 1 sets of specifications will be delivered for the Preliminary Design (60% design). • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. pp p City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 8 of 19 I I I ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 • Construction drawings will be posted on Buzzsaw for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Traffic Control Plan D. Storm Water Pollution Prevention Plan E. Estimates of probable construction cost F. Data Base listing names and addresses of residents and businesses affected by the project. TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT), Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 1 set of 11"x17" size drawings and 1 set of 22"X34" size drawings and 1 book of specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 1 set of 11"x17" size drawings and 1 set of 22"X34" size drawings and 1 book of specifications will be delivered for the 100% Design package. City of Fort Worth,Texas Attachment A PIVO Release Date:08.1.2014 Page 9 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and AM files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. i i i City of Fort Worth,Texas Attachment A PIAO Release Date:08.1.2014 Page 10 of 19 I ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Buzzsaw. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the j plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 11 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956_SHT01.dwg", "W- 1956_SHT02.dwg", etc. Il. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155—SHT01.dwg", "X-12755_SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 4 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 8 sets of 11"x17" size and 4 sets of 22"X34" size drawings plans and 8 specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 12 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list. The final punch list documentation will be prepared by CITY inspector. 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders 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 areD accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 13 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOt1THSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 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 name example — "X-35667_rec36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755_rec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. ASSUMPTIONS • 2 RFI's are assumed. • 2 Change Orders are assumed • Attendance at public meeting DELIVERABLES A. Public meeting exhibits will be provided at public meeting B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. 1 Set of Record Drawings on Mylar TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. 7.1. Right-of-Way Research (NOT APPLICABLE) Thiz F=N1(:;INEF=R shall deteFFqhRe rights ef way, easements needs fer GGRStrurtiep A the r_n^e Gt. Required tempoFary aR a manent e@SeMenfo will be identified _hosed CITY City of Fort Worth.Texas Attachment A PMO Release Date:08.1.2014 Page 14 of 19 ATTACHMENT DESIGN SERVICES FOR NEAR SOt1THSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 7.2. Right-of-Way/Easement Preparation and Submittal (NOT APPLICABLE) The ENGINEER shall prepare rleo„mepts to he Used to ehtaip right ef_wav aprt The ENGINEER shall submit the right of way andIeF easemeRt deGHmeRtS te CITY erhi aoe,iisitiep The deg, meptatiep shall he provided 'R oepfermapr•e with the oheGkIists and templates available eR the CITY's Buzzsaw site 7.3. Temporary Right of Entry Preparation and Submittal (NOT APPLICABLE) ERtFy rloni,mepts for IaprteWRers to GITV DNA fer real preperty aGgUisitiep It is assumed that letters wili eRly be required fer land C)WRers adjaGent W ternper-a� is required to enter their prepeFty. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • 0 Easements or right-of-way documents will be necessary. • 0 Temporary right-of-entry documents will be necessary. • Right-of-Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. NONE TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have City of Fort Worth.Texas Attachment A PMO Release Date:08.1.2014 Page 15 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a) Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b) X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c) Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 8.3 Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level D,C,B, and A, as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. Quality Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 16 of 19 ATTACHMENT DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B (includes tasks as described for Quality Level C) • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. City of Fort Worth,Texas Attachment A PIAO Release Date:08.1.2014 Page 17 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. C. SUE plan drawings sealed by a professional engineer registered in the State of Texas. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition including temporary right-of-entries. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services • Periodic site visits during construction phase City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 18 of 19 ATTACHMENT A DESIGN SERVICES FOR NEAR SOUTHSIDE MEDICAL DISTRICT WATER AND SANITARY SEWER MAIN IMPROVMENTS CITY PROJECT NO.:02445 • Design phase public meetings • 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. • Service related to Right-of-Way base mapping • Service related to property ownership verification or boundary survey services • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Construction Shop drawing review, samples and other submittals submitted by the contractor. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 19 of 19 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, December 14, 2021 REFERENCE NO.: **M&C 21-0992 LOG NAME: 60NEARSSMEDWSSA3-ANA SUBJECT: (CD 8 and CD 9)Authorize Execution of Amendment No. 3 in the Amount of$258,780.00 to an Engineering Agreement with A.N.A. Consultants, L.L.C. for Near Southside Medical District Water and Sanitary Sewer Improvements and Adopt Attached Appropriation Ordinances RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 3 with A.N.A. Consultants, L.L.C. in the amount of $258,780.00 to City Secretary No. 46607 for the Near Southside Medical District Water and Sanitary Sewer Improvements City Project No. CO2445 for a revised contract amount of$952,969.00; 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water& Sewer Bond 2017A Fund in the amount of$108,392.00 by decreasing estimated receipts and appropriations in the Wastewater Collectors Bucket (Water Department) programmable project (City Project No. P00003), and increasing estimated receipts and appropriations in the Near Southside Medical District W/SS Project(City Project No. CO2445) by the same amount; 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water/Sewer Bond 2016 Fund in the amount of$147,600.00 by decreasing estimated receipts and appropriations in the Miscellaneous Water Facilities (Water Department) programmable project (City Project No. P00004), and increasing estimated receipts and appropriations in the Near Southside Medical District W/SS Project (City Project No. CO2445) by the same amount; and 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water/Sewer Bond 2016 Fund, in the amount of$324,780.00 by increasing appropriations in the Near Southside Medical District W/SS Project (City Project No. CO2445) and decreasing appropriations in the Unspecified project(City Project No. UNSPEC) by the same amount. DISCUSSION: On April 14, 2015, Mayor and Council Communication (M&C) C-27261, the City Council authorized an engineering agreement with A.N.A. Consultants, L.L.C. in the amount of$107,865.00 for the Near Southside Medical District Water and Sanitary Sewer Improvements. The general time frame for the design and construction of all program streets is 2014-2020 based upon the following construction plan and schedule: Group A streets, Group B streets, Group C streets, and Group D streets. The agreement was subsequently revised by Amendment No. 1 in the amount of$314,000.00 authorized on April 18, 2017 M&C (C-28195) that provided for the replacement of deteriorated water and sanitary sewer mains on Group B streets and Amendment No. 2 in the amount of$272,324.00 authorized April 16, 2019 M&C (C-29097) that provided for the replacement of deteriorated water and sanitary sewer mains on some group C and D streets. Amendment No. 3 will provide design for the replacement of the deteriorated water and/or sanitary sewer mains as indicated on the following additional Group C and D streets. Street From To Scope of Council Work Districts F st Broadway FFn 35W Kentucky Water 8 enue tage Avenue http://apps.cfwnet.org/ecouncil/printmc.asp?id=29539&print=true&DocType=Print 2/17/2022 Road I J avard Kentucky Avenue ry Broadway Water/Sewer 8 Avenue E Missouri Avenue ay Water 8 West Peter Smith South South Street Ballinger Henderson Water 9 Street Street West Tucker Street k ip p scomb Hem hill Water 9 treet Street West rRosedale st 6th Avenue Terrell Water/Sewer 9 Avenue eet West 150 feet Galveston Avenue Rosedale North of Water 9 Street Pulaski Street West rMa est South Lake Street Rosedale gnolia Water 9 Street reet West Peter Smith South Galveston Street Jennings Avenue Water 9 Street West West Galveston Avenue Peter Broadway Water/Sewer 9 Smith Avenue Street In addition to the contract amount, $66,000.00 (Water: $40,000.00; Sewer: $26,000.00) is required for project management and material testing. Appropriations for the Near Southside Medical District Water and Sanitary Sewer Improvements, Part 1 Project is depicted below: FUND Existing Additional project Total* Appropriations Appropriations Water/Sewer Bond 2016 - $147,600.00 $324,780.00 $472,380.00 Fund 56005 Water & Sewer Bond 2017A - $1,399,392.00 $0.00 $1,399,392.00 Fund 56011 WS Capital Project 2019 - $4,508,896.00 $0.00 $4,508,896.00 Fund 56016 Water Capital - $337,834.00 $0.00 $337,834.00 Fund 59601 http://apps.cfwnet.org/ecouncil/printmc.asp?id=29539&print=true&DoeType=Print 2/17/2022 Sewer Capital Legacy - Fund $183,955.00 $0.00 $183,955.00 59607 W&S Rev Bond Series 2021 — $0.00 $0.00 $0.00 Fund 56190 W&S Capital Projects — Fund $4,790,429.00 $0.00 $4,790,429.00 56002 Project Total $11,368,106.00 $324,780.00 $11,692,886.00 *Amounts rounded for presentation purposes. Approval of recommendations No. 2 and 3 would adjust appropriations between the programmable projects and convert the Near Southside Medical District W/SS Project (City Project No. CO2445) into a static capital project. This action is needed as future funding for the Near Southside Medical District W/SS Project (City Project No. CO2445) is anticipated from other funding sources and the scope of this project differs from that of the current programmable projects. This project will have no impact on the Water Department's operating budget when completed. Business Equity: A.N.A. Consultants, L.L.C. agrees to maintain its initial SBE commitment of 13 percent that it made on the original agreement and extend and maintain that same SBE commitment of 13 percent to all prior amendments up to and inclusive of the Amendment No. 3. Therefore, A.N.A. Consultants, L.L.C. remains in compliance with the City's BDE Ordinance and attests to its commitment by its signature on the Acceptance of Previous SBE Commitment Form executed by an authorized representative of its company. The project is located in COUNCIL DISTRICTS 8 and 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified —All Funds project and the Misc Wtr Facilities programmable project within the Water/Sewer Bond 2016 fund and in the WW Collectors Bucket programmable project within the Water and Sewer Bond 2017A Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water/Sewer Bond 2016 Fund and the Water and Sewer Bond 2017 A Fund for the Near South Side Med. Dist. W S project to support the approval of the above recommendations and execution of the amendment. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year (Chartfield 2) FROM Fund Department ccount Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) http://apps.cfwnet.org/ecouncil/printmc.asp?id=29539&print=true&DocType=Print 2/17/2022 Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 60NEARSSMEDWSSA3-ANA 1295 form.pdf (CFW Internal) 2. 60NEARSSMEDWSSA3-ANA APC form 02445.pdf (CFW Internal) 3. 60NEARSSMEDWSSA3-ANA funds availability P00003.docx (CFW Internal) 4. 60NEARSSMEDWSSA3-ANA funds availability P00004.docx (CFW Internal) 5. 60NEARSSMEDWSSA3-ANA funds availability.docx (CFW Internal) 6. 60NEARSSMEDWSSA3-ANA MAP.pdf (Public) 7. 60NEARSSMEDWSSA3-ANA_56005_A022(r3)r.docx (Public) 8. 60NEARSSMEDWSSA3-ANA 56005 A022(r4)r.docx (Public) 9. 60NEARSSMEDWSSA3-ANA 56011 A022(r2)r.docx (Public) 10. 60NEARSSMEDWSSA3-ANA FID Table (WCF 10-21-21)rev11-17-21.xlsx (CFW Internal) 11. SAM.gov A.N.A. Consultants, L.L.C.pdf (CFW Internal) http://apps.cfwnet.org/ecouncil/printme.asp?id=29539&print=true&DocType=Print 2/17/2022 0 W W W W W W W W N N N N N N N N A A A A A A A z t+7 `d C A O O O O O O 0 0 O O O O 0 0 NNN NNN ANNN ANNN NN NN ANN ANN vNN NN ANN A OA OAN ON ON OAIN-� OAIN-� OAN ON OA1N-� O Ili J J J J J CY) J J J J J J J J J 0 J CY) CF) 0000 0 00 00000 OOOO00000 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O A A A A A A A A A A A A A A A A A A A A A A W W W W W W W W W W W W W W W W W W W W O O O O O O O O O O O O O O O O O O O O O O 0 0 O O 0 0 O O 0 0 0 0 0 0 U Ul Ul Ul Ul U Ul U U U Ul lAFzN-1 Ul Ul U U FI) r A A A rA N N N N W W w w W W W W O O O O U In W U -D -nn -V n n n n cn cn c n c 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z 0 z 0 z o z O O O O O O O N 0 N (n In (n N (n AAo O O O O O A O At -0 �A A A 0Ao m m m t o o t il Ln cn LU W W ui W Vi n n cn n o n nc n c cn cO A O WW WW o z o o ,-A -0J -0 JOJ W m Wm W m W m o o n o o n N N N N N N 0 0 O O 0 O O O O O O O O O O O O O O O O O O O N N N N N N N N N N � ' ,yyHAOfDly ' N 1n ♦/? to iR t/} l// t/T VT {/? t/? to t/T N iR t/f to VR VT tR to F, F- F-� V-� F-� I--+ F-� tR to to tfT N N N N A A A A A A A A O O O O O O 0 0 00 Oo 00 00 W W W W J J J J J J J 1 m Oo Oo Oo Oo Oo Oo Oo ton cn to t0 lD `D �D in Ol Ql Ol 0) Ol 0) Ol W W W W W W W W A A A A W W W W O O O O O O O O lD l0 lD l0 lD LD W lD J J O O O O O O O O N N N N N N N N O O O O O O O O O O O O O O 0 0 O O O O O O O O O O O CD O O O O O O O (DO O O O O O 0 0 O O o O o O o O O O O O N W O W T O 03 m O W w W v W T O W T O 00 'O c '6 C C R c "d c 'B C � C C LL '6 O. O (m Q O 0_4 O_ 0_4 Q O Oq 00 '� Op QO Oq dA 3 00 � 00 O (D O rD (D (D O (D O N (D (D -O rT '6 rf Dl r-rt -V N ri 'O - 'O r4 V tL - -p ni O v O O 6' H CD 6 H O O pl O 0 6 H H O c v O C w r+, c rr c o c pl o c d O � O O ,p 0q vl A 00 vl O O O 7 OW 07 In CL OW M in 7 Ol O N r0-r -"^ (D 'D' 3 N 7 N ID '-^ (D -„ 1n N (D rt (D Vl D fD rt (D rF ri V rt N V Ln M N Lnn O O a) 0) Dl DO - O O O O pl W O. Q \ ..1, O -- O Q. Q A O A O W (D O N (D (D W (D tD \ (D C c < < c c G G rNirt ,�'r DOl (D in fD in (D J Vf W In N In N F, (D Cn (D (D O (D O W N Ql w N A A A A In N In In In - lP Ln to to Ln In In In In - m m m m m m m m m m m. m m m m m m a! O O O O O O O O O O O O O O O O O O F� 0 0 0 0 0 0 0 0 O 0 0 i-+ F' O O a� w F� to to to to to to to cn to to to N N to N to . IO O O O O o O O O O O O O O O O o O J J J V V J m m m m V V J J J m m m O O O o O o 0 o O O O O O o 0 0 O o o O O 0 o O o 0 0 0 o o O O O O O 0 A A A A A A A A A A A A A A A A A A w w w w w w w w w w w w w w w w w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1010 0 0 0 N N N to (.n to to to to to to A A A A A A A A O O O w N W F-� W W w F, w tD w tD t0 l0 tD w m m m W F-A W " W W W N O O O O o 0 0 0 0 0 00 0 0 0 F, F, 0 0 In Ul Ut Ut to In In In O CDCDto 1--� In N W W Ln N In to F, I-* A A A A 0 0 0 0 0 00 In In o o N N W W W W W W O C.) O O O N 0 0 0 N O O to In n n n n n n n n n n n v n n c n c 00 0 0 0 0 0 0 0 0 O N ON (z NNNNNNN o Ln n A A AA 0O N AN A 0 A m m to Ul to to to w to to oto cw to o n to no o n n �u n n n n n n n n n c n c O O m 0 0 0 0 0 0 0 0 o z o z -I N H F, H In F-� U1 V J D_ J V V V V J V V V -0 V W w w w W W 00 DO W W W m W m O o z A A 0 0 A A 0 0 0 n O n tD tD tD w LD tD lD w w tD N N N N N N N N tD tD tD w w lD w w w tO O O O O O O O O LD tD O W tD tD W tD lD W N N N N N N N N lD tD tD w w w w W LO LD N N N N N N N N Vt LT I Ln 0 C3 iA to lD F� L> 0 0 N N F� F� F-� A A O W Co W W N W lD N 00 Ul l0 J V J 00 00 U7 Ul O O A O O o W O Ol Ol W�'w A A W W CD o J 0 0 0 N O CD tD W V V 00 O O O O O O O O N N O O O O CD O O O O O O O O O O O O cc O o 0 0 0 0 0 0 CDO o O O O O O D D o o o v o ro m r' � - v s v .+ �-r rr n �-r a D� w N fD !D On 6 N n n O' 01 n o 0 v n O � r, o O o 0 n 0 Q m � � 1 -� . �• 11. ■ NNNIR .2111 It lies rOM 11�111i_� il! 0 �' �7YI1 � - • 1 • 1 1 �� - - • I iJ 1 1 1 i� I �! • -- IN �� y , !4� •■ �w a a� r Ell �_ 111 ® i_ _ �■ r am s 1111� '" SRI - �I � i��: ®� � ■ems � � �„� `,� p;� ��� A p111 ._ red 1 • • � ww �� � � r w;� �r � �„� 11� w.1� �■■ ri _ 1! w ii w 1 ■w oil mail , 1 i= Iw i:a Mi■ � 1 wll ra �s � � 1 ,�rl fr wi ® p■W9 ■� a� a ws — w d si �■., `1■ — �Is mrr f:ti�.l rstiir w� !i■ ��. ■aw ® ri � i rrnrr or oh —16■ �� ir/B7 41 rl:i �� IlY".A7 W'�1 9]i � _ L. ■� Ise ■■s �r r°r err w er a ei yy1■� y ras 71� ® r >. =®i - <:/ �� ate= =■ .� w Ir.0 ww .r+lnr tim1 wlsl..raa Ir iR■ � �_� � w _ a� ■I>r■r ,ww ww wti caw R:esa �� �AI� � ' — ■' is �� ■.■ r;i wv -i ww �I- un 1■■ 71 rr s1.=ue - —■a w'rr wa:., ,acr i u+® ®� _ � 'ua� .�: �� -N— `;� �a-. .rw 'mew m..� w'w —w .mow .n .1 'i"'si �ww i r■i rr w ai rw :19 ww Io.e.0 rlw rl�r bra ��5t® �� nu w a■., �= �,� �r -■■r.u.. �r i.a.rr rr�•rr ■■ w■w µre y ai � ir■ �� a:■ �iIs=i■ !sq easl r� ri 1■ �w o.r, wIr r!1■ �1 � _ Ti e' .�.,� �� �®7 $0 �'� AD IiLw Y■1 �wW � rr w-� I p�lr i- � Is �� �_� s trr �r I Y —el■ .ww1® _ 111 . • is w ra- —�� Eli ® w,ii iOeli aim ■ Ili �Illllilll 111 wr oa 1•■w A MOO i» rlwv Q i L � sm.Y momi ®� � 1111® III i■® ®r a,A rrrw re owi on,� ■.■ram ii ._ �� � .,a �>:�, s..�: �.�, �1■. wwr w ii - �-- owl 01� ■11 ral tr QI•■w ■.� w� • li u ��l ®�g��y n■ ® s;® �— � �iy �i ® s mom OUR FORT w�ic n�iu � sa tea a1 ■�� �� rr B� wi !ili�C� � w e . ww � �IIIII 111 ■�eiiwww 111111! �� �� ■■... .� !.a ilrf ww 1 e� As Ill Ills 111�11 11 �"-* n:v avw� ■fie= fe� rya -'A ®�� �� wa ■Ya w ■R� w �.e ,sz r.>m v.11�ca d'� a/m rl..■ �o a iw� � ial .r.■w w �; 1�!1� � ■ 11 _ rm ci� lase —i= ■i® � �. i �w a 111 WORTH �— it �� �11 �exl ■® �' ���� s® rs� r �` ■• r w � �� �� iw rla rill ■0r. r°i i whwu ' , rj�,j� 1 - ■� .�. �Illri �w ■■'o w r a!■�w+ i-m'i: .wa�� ® L_� !�/�9�tr.,�l ■ 11