Loading...
HomeMy WebLinkAboutContract 57925 CSC No. 57925 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL. SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("CITY"), and RJN Group, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: M-210 Mockingbird Colonial Country Club — Project No. 103389. 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. $247,750.00 as set forth in Attachment B. 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 Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. 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 omission of City in connection with such Services. Article III 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 expiration of the funds or completion of the subject matter contemplated herein pursuant to the schedule, whichever occurs first. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. City of Fort Worth,Texas [M-210 Mockingb OFFICIAL RECORD Standard Agreement for Engineering Related Design Services Revised Date:November 23,2021 CITY SECRETARY Page 1 of 15 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 competent 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 same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services [103389] Revised Date:November 23,2021 Page 2 of 15 D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the contract documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the contract documents, nor shall anything in the contract documents or this AGREEMENT between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the contract documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the contract documents. City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services [103389] Revised Date:November 23,2021 Page 3 of 15 F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the contract documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose 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 amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services [103389] Revised Date:November 23,2021 Page 4 of 15 I. Business Equity Participation City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. In accordance with the City's Business Equity Ordinance No. 25165-10-2021 (replacing Ordinance No. 24534-11-2020, 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 MBE and WBE goals established for this contract and its execution of this Agreement is Engineer's written commitment 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. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to reproduce such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of hard copies at the rate published in the Texas Administrative Code in City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services [103389] Revised Date:November 23,2021 Page 5 of 15 effect as of the time copying is performed. K. INSURANCE Engineer shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services 1103389] Revised Date:November 23,2021 Page 6 of 15 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 of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services [103389) Revised Date:November 23,2021 Page 7 of 15 F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER'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 following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services [1033891 Revised Date:November 23,2021 Page 8 of 15 I. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. J. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. 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. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure CI TY 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 performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services [103389] Revised Date:November 23,2021 Page 9 of 15 D. Termination (1) This AGREEMENT may be terminated a.) by the City for its convenience upon 30 days' written notice to ENGINEER, b.) by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Reasonable cost of reproduction or electronic storage of partial or complete studies, plans, specifications or other forms of ENGINEER'S work 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 all 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 PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification The ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services [103389] Revised Date:November 23,2021 Page 10 of 15 property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment 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. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. J. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. K. 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. City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services [103389) Revised Date:November 23,2021 Page 11 of 15 The failure of CITY or ENGINEER to insist upon the performance of any term or provision of this Agreement 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 occasion. L. Immigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. M. Prohibition On Contracts With Companies Boycotting Israel ENGINEER unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, ENGINEER certifies that ENGINEER'S signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. N. Prohibition on Boycotting Energy Companies ENGINEER acknowledges that in accordance with Chapter 2274 of the City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services 1103389] Revised Date:November 23,2021 Page 12 of 15 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, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. O. Prohibition on Discrimination Against Firearm and Ammunition Industries ENGINEER 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, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER: (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. 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. City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services [1033891 Revised Date:November 23,2021 Page 13 of 15 The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B - Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Attachment F — Insurance Requirements City of Fort Worth,Texas [M-210 Mockingbird Colonial Country Club] Standard Agreement for Engineering Related Design Services [103389] Revised Date:November 23,2021 Page 14 of 15 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 RJN Group, Inc. 1961na ffLl" hdoff Dana Burghdoff('Jul 31,2022 09:17 CDT) Dana Burghdoff Daniel/H. Jackson Assistant City Manager Sr. Vice President Date: Jul 31 , 2022 Date: July 21, 2022 ATTEST: r a FORT��a .7�`I`IG��G c1 C7000��GG O��°°°°°°° Jannette S.Goodall(Aug 1,2022 08:33 CDT) oOiA �► o Jannette S. Goodall v o o=� City Secretary �� , 0 o o° 0 0 0 o *� aka r6xAp APPROVAL RECOMMENDED: C��/f�DLGL Z 141&dgl- By:Christopher H rder(Jul25,202210:32 CDT) Chris Harder, P. E. Director, Water Department APPR_WD AS TO FORM AND LEGALITY Form 1295 No. 2022-882790 By:Mack(Ju128,202211:46CDT) M&C No.: 22-0485 — Douglas W. Black Sr. Assistant City Attorney M&C Date: 06/28/2022 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. Nl Liam Conlon Project Manager City of Fort Worth,Texas [M-210 Mockingbird Standard Agreement for Engineering Related Design Services OFFICIAL RECORD Revised Dale:November 23,2021 Page 15 of 15 CITY SECRETARY FT. WORTH, TX ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103309 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.: 103389 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. Part 5 of the M-210 Sanitary Sewer Improvements Project consists of both gravity sanitary sewer and water line installations. The sanitary sewer installation consists of approximately 1307 LF of 30-inch sewer interceptor installed by open cut and tunneling, including 247 LF of coated steel pipe for an aerial crossing. There is 22 LF of 12-inch and 556 LF of 8-inch sanitary sewer within Mockingbird Lane and Mockingbird Court. This project also consists of the installation of approximately 1645 LF of 12-inch water in Mockingbird Lane, 437 LF of 8- inch water on Mockingbird Court, 166 LF of 6-inch water on Mockingbird Lane, several thousand linear feet of 2-inch temporary water lines and replacing the 2-inch and 6-inch irrigation meters and vaults to the Colonial Country Club. Additionally, this contract includes the expedited design of re-routing of a portion of the existing M-341 Sewer Main located north of the THE railroad line just west of Hwy 360. The pipeline realignment will abandon an existing sewer siphon crossing the creek in that area that is exposed and at risk for failure during heavy rain events. The sanitary sewer flows in this portion of M-341 is measured by TRA MS11.0E (meter station) that is also in the process of being replaced by TRA. This scope of work includes coordinating the pipeline realignment and TRA meter station improvements which we anticipate including its relocation downstream of its present location and the new 400 foot M-341 sewer pipeline relocation terminal point. This work is in the floodplain and requires various permits to be secured, in addition to needing a new PSSE for the realigned sanitary sewer. This property is owned by DFW Airport. WORK TO BE PERFORMED (for M-210 Part 5 and M-341 Improvements) Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Service Task 7. ROW/Easement Services Task 8. Survey Services Task 9. Permitting Task 10. Additional Services Task 11. Plan Submittal Checklists for Tasks 2, 3, and 4 City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012,Modified December 27,2017 Page 1 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103369 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. ENGINEER shall manage 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 1.1 Project Administration • Provide traditional project management and administrative services for the project. • Manage and coordinate with other agencies and entities (subcontractors and stakeholders), as necessary, for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. 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 project review meetings with the City and provide meeting notes during all design phases (see design task sections for additional information). • 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. Submit monthly Project Schedule updates with a schedule narrative, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Include updated LCIE's with percent complete and balance remaining on tasks with monthly invoicing. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 2 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with TCEQ & other agencies as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. A summary transmittal letter shall be submitted to TCEQ for this project. • 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. Engineer shall provide notes from meetings. • 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 • Up to 8 MWBE reports will be prepared to get this through bidding & award. DELIVERABLES A. Pre-design Coordination Meeting summary with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL DESIGN (30 PERCENT) -- **(Reduced scope and combined with TASK 3 PRELIMINARY DESIGN). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Identify and develop alternatives that enhance the system, ■ Present (through the defined deliverables) these analyzed alternatives to the CITY, and ■ Obtain the CITY's endorsement of this concept. ■ Develop Conceptual Design Plan and Profiles of City selected pipeline. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 3 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 • 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. ENGINEER shall 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. • 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 a special coordination meetinq with affected property owners and businesses as necessary to develop sewer re-routing plans. • The Engineer shall purchase public domain aerial photography and its correlated general contour data of the project area to use during the development of project design alternatives evaluated in during the production of the Route Study Technical Memorandum (RSTM). • The ENGINEER shall utilize collected flow monitoring and rainfall data from CITY owned flow meters and rain gauges applicable to this project area in order to assist with verifying proposed pipeline capacity designs. 2.2. Field Data Services • The ENGINEER shall conduct site visits to perform a detailed walk-out of the existing pipeline alignment as well as alternative alignments for the proposed relief interceptor. 2.3. Route Analysis & Conceptual Design Exhibits • The ENGINEER shall obtain from the CITY all available record drawings associated with the project area and CITY GIS files available for water, storm, and sanitary sewers. • The ENGINEER shall utilize NCTCOG general topography and aerial image photography initially for this task. The ENGINEER may also initiate the collection of real-time drone captured aerial imagery during the establishment of the overall project survey control that will be used by the surveyor to adjust the general topography base contour files to the overall project survey control. The ENGINEER shall utilize the optimal aerial images and adjusted NCTCOG topographic data for the RSTM. • Select Field Surveys shall be completed for the Route Analysis by the CITY's surveying sub consultant for M-210 Part 5 and by the ENGINEER's surveyor for M-341 to: Set survey control in additional miscellaneous locations. i. The ENGINEER shall investigate property ownership in the project area and identify with a field visual investigation of existing utilities, including the common carrier natural gas pipelines managed by City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 4 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 Atmos, electric systems (Oncor), & buried phone/fiber optic lines, which may be impacted the proposed utility improvements. • The ENGINEER shall generate GIS and/or CAD planning level design exhibits for each relief pipeline route analyzed 2.5. 30% Design Drawings for Selected Route (*.dwg files are NOT APPLICABLE) • As part of the conceptual design package, the ENGINEER shall produce Conceptual (30%) Plans for the selected route from Task 2.4 agreed upon with the CITY. Plans may include basic plan and profile drawings to scale, based upon the planning level survey completed under Task 2.3, including overlaid aerial photography. • The ENGINEER's structural sub consultant will provide conceptual level advisement and cost estimate for proposed structural components of the project alternative(s). 2.6. QA/QC • The ENGINEER shall conduct appropriate QA/QC measures for the conceptual design phase. 2.7. Construction Estimate • The ENGINEER will provide a conceptual construction estimate for the selected design pipe route. 2.8. Project Update Meetings • Up to 1 project update meetings will be held with the CITY. The ENGINEER will provide notes of the meeting to the CITY. 2.9. Design Submittal Review Meeting • One design submittal meeting will be conducted with the CITY. The ENGINEER will provide notes of the meeting to the CITY. ASSUMPTIONS • A digital copy of the conceptual design package (30% design)will be delivered. Any physical exhibits/drawings will be (11x17) in size. • The Design Technical Memorandum Report and Conceptual Design Package will be uploaded to the designated project folder in Buzzsaw. • One (1) project coordination meeting may be held with the CITY. After any project meeting is conducted, the ENGINEER shall prepare and distribute meeting minutes. 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 Technical Memorandum Report and Conceptual Design Package. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 5 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 DELIVERABLES A. Design Technical Memorandum Report and Conceptual Design (30%) plans for the selected route B. Plan Submittal Checklists (See Task 10), as applicable. TASK 3. CONCEPTUAL & 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, 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 and a number for each easement required. • Overall project water and/or sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. The lateral and/or main ID numbers with pipe sizes shall be shown. • 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 City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014.Modified December 27,2017 Page 6 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. The existing profile number or record drawing location and year of installation shall be referenced/shown on the plans. • 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. • ENGINEER shall 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. • 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 CITY's Standard Specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 7 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 • The ENGINEER shall provide a detailed cost estimate showing quantity takeoffs designated by each sheet of the plans. 3.2. Geotechnical Investigations • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made within the project limits as designated by the ENGINEER. In addition to the above investigations, one (1) borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Public Meeting • During the preliminary design phase the ENGINEER shall provide project exhibits and attend a 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. • A list of affected citizens shall be provided to the CITY in an excel file in the required format listing the following: o Property Owner and Address o Business Owner and Address o Resident Owner and Address 3.5. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and impacted government agencies (eg: City of Euless and Grand Prairie, if required, Oncor, Trinity Rails Express (TRE), Trinity River Authority, USACE, and DFW Airport) 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 and/or files for each plan sheet of the approved preliminary plan set to the designated project folder in BIM 360 for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. Ili City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 8 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 3.6. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "typical details" on the CITY's Buzzsaw or BIM 360 website. The typical details 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. • Traffic control plan will accommodate traffic and work stoppages for the Annual Colonial Golf tournament, Fort Worth Marathon, and other City functions. 3.7. Construction Estimate • The ENGINEER will provide a preliminary design construction estimate for the selected design pipe route. 3.8. QA/QC • The ENGINEER shall conduct appropriate QA/QC measures for the preliminary design phase. 3.9. Project Update Meetings • Up to 2 project update meetings will be held with the CITY. The ENGINEER will provide notes of the meeting to the CITY. 3.10. Design Submittal Review Meeting • One design submittal meeting will be conducted with the CITY. The ENGINEER will provide notes of the meeting, including action items, to the CITY. 3.11. Atmos Gas Pothole • Coordination with Atmos during design and construction phases to come to a mutual agreement about existing 4-inch gas conflict at Simondale Drive and Mockingbird Lane intersection. • Awarded contractor to complete vertical shaft to locate gas main with Atmos staff present. 3.12. Service and Meter Modifications • Design of new services and meter modifications by ENGINEER • Preparation of generic and custom RPZA device details associated with the 2- inch and 6-inch water services, and the temporary waterline shall be included in plans. • Review meeting will be held with the City Staff. 3.13. Aerial Sewer Crossing City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 9 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 • 30-inch aerial sanitary sewer crossing over existing Howards Branch Creek to be designed and sealed by professional structural engineer. Details and specifications will be included in bid documents. • Coordination by ENGINEER during all design phases will be implemented. 3.13. Temporary Water • A 2-inch temporary water design, including temporary RPZA's, will be completed by the ENGINEER to allow uninterrupted water service to all effected residents. ASSUMPTIONS • 0 public meeting(s)will be conducted or attended during the preliminary design phase. • 1 Geotechnical borings are expected for this project (M-341 only). • Traffic Control "typical details" will be utilized to the extent possible. It is assumed an additional 3 project specific traffic control sheets will need to be developed for any pipeline alignment utilizing public right of way (ROW) in Fort Worth. • 3 sets of 11x17 and 2 sets of full size plans will be delivered for the Constructability Review. • 2 sets of 11x17 and 2 sets of full size plans will be delivered for the Preliminary Design (60% design). • 2 sets of specifications will be delivered for the Preliminary Design (60% design). • DWF and/or PDF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications, if as needed. • Preliminary design (60% plans) DWF and/or PDF drawings will be delivered for Utility Clearance and posted on BIM 360. • 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 City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 10 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 F. Data Base listing names and addresses of owner/residents and businesses affected by the project. G. Plan Submittal Checklists (See Task 10) 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. • ENGINEER shall 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. • 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. Whenever feasible, this estimate shall use ONLY standard CITY bid items. • A project summary letter shall be submitted to TCEQ describing this project and seeking TCEQ's interest in receiving a formal review submittal of the pre-final design (90%) plans and specifications. ASSUMPTIONS • 2 sets of full size drawings and 2 specifications will be delivered for the 90% Design package. • A DWF and/or PDF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in BIM 360. • Up to one Project Update Meeting is included in this Task. • 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.) • 2 sets of full size drawings and 2 specifications will be delivered for the 100% Design package. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 11 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 • A DWF and/or PDF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in BIM 360. DELIVERABLES A. 90% construction plans and specifications. B. Submit project summary letter to TCEQ, if required by SRF funding of the project. C. 100% construction plans and specifications. D. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. E. Original cover mylar for the signatures of authorized CITY officials. F. Plan Submittal Checklists (See Task 10) 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 .PDF 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 .dwf 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 BIM 360 from documents sold and from Contractor's uploaded Plan Holder Registrations in BIM 360. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's BIM 360 folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidder's questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 12 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103369 • Attend the pre-bid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on BIM 360. • 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 BIM 360. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 13 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956_SHT01.dwg", "W- 1956_SHT02.dwg", etc. II. Water and Sewer file names shall use the 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. • 10 sets of construction documents will be sold to and made available on BIM 360 for plan holders and/or given to plan viewing rooms. • 8 sets of full size and 6 sets of 11x17 size drawings plans and 8 specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to BIM 360. DELIVERABLES A. Addenda B. Bid tabulations 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 City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 14 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • ENGINEER shall review any CITY supplied project specific soils and compaction testing information and compare it to the geotechnical bore data collected on the project. The ENGINEER shall also review pipeline rehabilitation installation logs and associated materials testing data that the CITY provides. The CITY has requested the ENGINEER conduct periodic site visits and observations (up to 2 are assumed) of the project location(s) during the installation and rehabilitation of the proposed wastewater pipeline and structural improvements to report on progress and document any concerns. The Engineer will send a brief site observation summary document to the City for each of the site visits conducted. These reports shall address: ■ Field observations involving trench embedment, pipe placement and backfill; acknowledging any discrepancies from the documented field- testing information that was supplied for the ENGINEER's review. ■ Pipe installation preparations (Open Cut and Tunneling) and backfilling, acknowledging any discrepancies from the documented field installation and testing information that was supplied for the ENGINEER's review. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders 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: City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 15 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: 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 BIM 360. ASSUMPTIONS • 5 RFI's and Submittals are assumed. • 1 Change Orders are assumed O One copy of full size (22"x34") mylars will be delivered to the CITY. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 16 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 D. Review of shop drawings E. Final Punch List items F. Record Drawings on Mylar TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way, easement needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM for real property acquisition • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare and submit up to three (3) Temporary Right of Entry documents for landowners to CITY PM for real property acquisition. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site. ASSUMPTIONS • 1 (PSSE) Easements or right-of-way documents will be necessary. • 1 (TCE) Easements or right-of-way 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 City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 17 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Project Parcel/Right of Way Map B. Easement exhibits and metes and bounds provided on CITY forms. C. Temporary Right of Entry Letters TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have 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. • Due to the complexities of the developing design alternatives and selecting a final alignment and design plans, the ENGINEER has budgeted funds for limited surveying support during the project route study and conceptual design phase and then a total of 400 LF of topographic survey to be used for design. All survey above and beyond this amount will require additional funding to be authorized in the form of an amendment. • 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). City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 18 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 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 any property, the ENGINEER shall prepare and submit a Temporary Right of Entry letter to CITY PM for signature for coordinating site access with landowners. This letter shall be presented to property owners by the ENGINEER and its Sub-consultants prior to attempting to enter a property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site. 8.3. Subsurface Utility Engineering (SUE) • Level A SUE for two (2) potholes on Main 210 Part 5 for the identified Level A SUE bore holes locations noted on the plans. Sub-centimeter accuracy survey is included in this subtask. The ENGINEER's sub consultant will complete work for this task as directed by the ENGINEER at locations agreed upon between the ENGINEER and the CITY. &.4 The ENGINEER shall prepare and submit required data to the GenStFUGtien Staking SurveyoF for use during conkiRg The ENGINEER shall onnrdinate with the CITY n tF tion phase of the n oaf and ai dFess limited ♦eohninal questions 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. Temporary Right Of Entry Letter from City authorizing project surveying TASK 9. PERMITTING ENGINEERING SERVICES. ENGINEER will provide permitting support as follows. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 19 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 9.1. SWPPP • 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. 9.2. Floodplain Services • The ENGINEER will obtain applicable floodplain boundary geospatial data from FEMA to implement into conceptual, preliminary, and final plans. The project shall be designed in accordance with TCEQ and USACE regulations on construction in flood plain where applicable. 9.3TxB9TRermitting 0 The ENGINEER will assist the CITY will required exhibits and prejeet data fGF T)(DQT permitting The ENGINEER shall fill out up to one (1) rlra#T)(DQT permit applieatinn Perm for the MTV to Fevffiew and SUBMIT to T)(D(DT 9.4. USACE Permitting The ENGINEER will coordinate efforts for up to one (1) NWP12 general permit application for applicable project improvements. The ENGINEER, its sub-consultants and CITY will jointly produce and submit all required USACE permit deliverables based on the permit being obtained. The NWP12 permit is primarily expected for the siphon abandonment. Additional permits beyond the budgeted amounts could be required. 9.5. Railroad Permitting (This task was not included in the design fees, but may be required depending on the desired ingress and egress to the project site) • The ENGINEER will coordinate efforts for up to one (1) railroad encroachment or crossing for temporary construction access along the Trinity Railway Express (TRE) ROW. The ENGINEER, if required and funded, will produce and submit required Railroad permit deliverables for the proposed project impacts to the THE ROW. 9.6. Gas Main GFessing Permit The ENGINEER will 000rd*Rate efforts for up to ten (10) gas main epereaohments or at�rt filling ut ornaehm t r iestsnbehalf of the CITY. The ENGINEER, its sub m�rm-r�ozrre�vry avrrrrre�r-re�'t-rcvc crrry c � , Gensultants will predLIGe and submit reqUiFed gas main permit deliveFables for the Wrenn ed new pipeline eressings of their existing gas main pipelines 9.7. DFW Airport& City of Fort Worth Permits and ROW • The ENGINEER will assist the CITY with pre-permit the project with DFW Airport for the selected project design alignment and temporary and permanent ROW(easements) needed. Formal permitting processes for DFW may require additional funding to be authorized using City Directed Services or in the form of an amendment. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 20 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffic Traffic Street Water Control Control Control Traffic Storm Storm Lights /Sewer Traffic 30% 60% 90% Attachment"A" Signal Water Water (Submit (Submit Engineering Type (Submit All 30% 60% All @ All @ (Submit All @ 30%) 30% 60%) @ 60%) Required for all work in City ROW Street X X X X X' X X X X Storm Water X X X X X Water/Sewer X X X X *If included in street project ASSUMPTIONS N/A DELIVERABLES A. N/A B. N/A 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: City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 21 of 22 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK DRAINAGE BASIN M•210 SEWER IMPROVEMENTS PART 5 CITY PROJECT NO.:103389 • 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 Deriedin site Visits rdi FiRg nenstF Gtinn phase • Additional project coordination and review meetings or extra public meetings • Construction phase testing data reviews, site observations and reporting beyond service levels identified and defined in the Task 6.1 scope of work. • Additional reproduction/printing costs beyond the budget/quantities specified in this document. • 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 permit submittals (ie, NWP, DFW Airport, THE railroad, etc...). Limited permitting services have been included and budgeted in this contract. Additional funding may be needed to secure final permits from the regulatory agencies. City Directed Services or an additional contract amendment may be used to fund the supplemental permitting activities. • 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 to the budgeted levels in the contract. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014,Modified December 27,2017 Page 22 of 22 ATTACHMENT B COMPENSATION Design Services for CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS PART 5 City Project No. 103389 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $247,750.00 as summarized in Exhibit B-1 — Engineer Invoice— Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in Item III, of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount Percent % Prime Consultant RJN Group, Inc. Design $214,210.00* 86.462 Proposed MWBE Sub-Consultants JAKAN, Inc. Structural Design $15,000.00 6.054 The Rios Group, Inc. Subsurface Utility $3,825.00 1.544 Engineering (SUE) Services Alliance Geotechnical Group Geotechnical Services $3,650.00 1.473 (AGG) ! Symonds Ecology Environmental Permitting ! $3,500.00 1.413 Arlington Blueline, Inc. Reproduction $750.00 ! 0.303 Non-MWBE Consultants Spooner &Associates, Inc. Survey/Easements $6,790.00 2.741 TOTAL $247,750.00 100.00% Project Number& Name Total Fee $ MBE Fee $ MBE % City Project Number 103389: Clear Fork Drainage Basin M-210 $ 247,750.00 $26,750.00 10.80 % Sewer Improvements Part 5 *Includes other RJN direct expenses, City directed services(undefined MWBE sub-consultant fee) City SBE Goal = 10 % City of fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 e - ,, < 0 n , q - (§;\ % §_ q \ �Ja k m \ U) .. .. ' - Z ; \ .. .. ± & ! ® o o - eQ , 2 \ \AID 2 2 m \ \ w / j ID j ° 2 2 \ ) \ � $ ( \ ) \ � ( ?I a 2 0> C � \ � } \ \ ®- cn ca Fr 0 [E§ ! 0 - {} } §_# \) CD £, ( \ \ \ \ ; } [ »e 0 § \ �° / { } � � \ 2 �f] \ � / - ,� < Q n , ,0 _ f - § q %\ \I\/ a - _ „ m t ( �7m ) \} 5� R $ 0 , e; { .. .. $ & \\ \� / § \ , } ƒ a _ \Q \) ) � � /k \ [ ( ¥§ R \ ' 6 e \ /> 2 § ) / oo � \ ® k � \ � ƒ � (( \ o J _ - ( � \ # n - � \ [ \ [ \ \k ` B ) \ [ 5 i S. ,; <n n To ,gam 4 - V9] | \`\�®J ;z ® )! m ) &\} f\ ( !� 3 . . | � .. .. ( .. .. cn CD ) (A ( 2 » 7 -nl< m - - ; B 0 W. / D § j ® w � \ : \ / ` \ § ] f 2/ 2 , 7 � , /\ ur �\ \\ \ CD � \ �# \\\ M / \ No o § , § _ § !2 [ - § I ID 0 (] - : ; 3 ° \ � /} }/ o j E} / \ �} �v DO m< a��� fn SIT C O�� DDo(nV?C1� u u DON G1 GIN}1�Ov ll° 00 O vo 22 tmi m y T T T O T 3 .Ai aoo �n3,n'^p m2 ;��`�°3�n� �p A n `�a<n3 m �o mm mn+ _ S?m S m^m n 'm nN a OO ? w o- ��cc mm^'> p a O Z 0 O V n i'G q b N T 41 N d m(AU m 2 a �v} .vC - �o aS�o m V� v m�_u °m'° 'a - o -Oi z.O`� 3 O H m e° o - �� 2H aR: �E3 rao 3 3 N 3o p3 = v'v o s3 1 _.-�T a pn ' 0�3 �",� j p w n o�GZ}`° N� a^n =•9 D m m 3 coo m pao �� <d =a^ x N ,. �o omi.��� m OR ° a N a te. m `T- 3 s c u o D D o ol V V y' N A 3 N a � � w o : 2 N m N A A W N W N N N W W w N A N N O W C my � N O N N A O N A A l (n w 3 v C 7 �o c N O•41 N N in D m A m c: NN W ONO A A A A w ��y. m?m Zvi ;u 9 o �¢W O N O A m w N O Z m 1 m0 M 6 N 'A 3 .n. O W F. V N SIN 6 N Wi Wo1pNNNo oNW o iiJN-,- N (Cn W 3 .... u N W (n N Imo N " `c 0 Z a fn 3 w U3 o N P W m O - N o W w W m W C I ld L Uri lWii N _ 9 o O 2 W c o of 0 O m H o N a W »v w w « U~i o W W W o W W O N O O W W V -I.N W W o 1.0 m 1 O O O 0 0 0 O O O O O O W O O O O O 0 0 O JC N C W j w W W W bl W N W b O' JN A W(A a t N-+ m m A . W N N W W. .. N�+ (n O o WO Oo V V o V A O O W V w A 41 OI V N A W A N f A D O m m W N N N m p d 6r= m Om- o � UOtn Om -I 3 A3 pp n OADDAo(1 =Q1 -�Dx aN C�C W W v_A T nT W T � m ° W mo n'U3 03 zi �o ma - �a I m O 3 u v_ o N A=N »— v 2-"Dv no» o ° BE O nm m? qu w- - v V -p O — 3 y N � � a 'p m � NN»AN N W A A+N N W W N+mm W w A NCO N W w m N N N +N O p n 3� r + � c pp V m n N N A - JN A A N N N .1.1 Aj N C N ^ w p m m AA O V OA m tmnj�2W( y N m W A �,J]J _P W O ~ 6 o n 3 A O O A�W N N V OmiA NASA N W N A°�W r NAOP �N O 3 w � � W W m � a Z G O N N m 00 o a o0 0 00 00 00 o N N o ° ao a a A A a 0 n c Wa = O N a O m a ° x a A + a N N O N V W N N- A aaaa W W A n? O O O O 10 0 0 0 0 0 o O O O O O O O O O o 0 0 0 0 O O N O O N O m a v -All W A N --IN I N Tr�.. AO W V m+NAO N 07 S x� N j n o O TnOo °.� o f.N O° o ° u O A o y c o ' Vf m� o m m p w x D 00 m O o �. ° 3 N a 3 3 a� 0 o O 3 O n m w d wA ,OT•, iv D m�a�A�v T �q Xwww�2 1° 9°as NT 3`2 J )C W N O — � A A T W m m N�2 p N N w o n m m T 3 F » ��n ...m N O T y m °1�• J ONJI N A'O (1 A O m(/1 m� u3T r v C N J m N D N N N o — ^I o' A�tAiim N� C1 b mJmti AN N N 1 w Om O O O V A J O O J m N N m?m m O Av H g �9W a a O p N � A O 0, m Z 2 v m V F p 3 �N O. N �m A Z W _N C p N N N W m m C n g w w 3 W 3 m O O -N0 W O W � W o W O m 0 m� Xm w — m m A N y m c Oj DN O�'o N o a �o D n 0 N F 6 o N N N D O C 2 �y N m A p N m 0�233:a2N = uo a H iE ? « m n N� Z v N in' in in in in ° ° VO O�1 O!J°�0 tA0 tJl�O m m o m H O mV H 0 0 0 o 0 0 0 p o m m T am m m o 1 TM m m o .1 V ° n vo o m d w W O ' c 3 O N (M Wwo. N N i O a �• u N RaNO W OOo N o CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS, PART 5 CITY PROJECT NO.103389 5/9/2022 ENGINEER'S OPINION OF CONSTRUCTION COSTS Project Item Information Engineer's OPCC Bid List Description11 Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure ELUj' ¢it -Ps't:.ik=li lfil)tlrtav=tid,lif( 1 3311.0461 12"PVC Water Pipe,by Open Cut 3311 12 LF 1,436.00 $ 165.00 $ 236,940.00 2 3311.0461 12"DIP Water Pipe,by Open Cut 3311 12 LF 211.00 $ 180.00 $ 37,980.00 3 3311.0461 8"Water Pipe,by Open Cut 3311 12 LF 427.00 $ 115.00 $ 49,105.00 4 3311.0141 6"Water Pipe,by Open Cut 3311 10 LF 166.00 $ 80.00 $ 13,280.00 5 3311.0041 2"Water Pipe for Blow-off Assembly,by Open Cut 3311 10 LF 130.00 $ 45.00 $ 5,850.00 6 3311.0251 8"Ductile Iron Pipe,by Open Cut 3311 10 LF 10.00 $ 125.00 $ 1,250.00 7 3305.1104 24"Steel Casing Pipe BOTOC(Box Culvert&Bridge Crossings) 33 05 22 LF 147.00 $ 800.00 $ 117,600.00 8 3311.0461 12"DIP Water Carrier Pipe,by Insertion through Steel Casing 3311 12 LF 147.00 $ 200.00 $ 29,400.00 Pipe 9 3312.3005 12"Gate Valve&Box 3312 20 EA 8.00 $ 3,000.00 $ 24,000.00 10 3312.3003 8"Gate Valve&Box 331220 EA 2.00 $ 1,800.00 $ 3,600.00 11 3312.3002 6"Gale Valve&Box 331220 EA 7.00 $ 1,400.00 $ 9,800.00 12 3312.1002 2"Air Valve Assembly 33 12 30 EA 1.00 $ 5,000.00 $ 5,000.00 13 3312.6001 2"Blow Off Valve Assembly 331260 EA 3.00 $ 3,000.00 $ 9,000.00 14 3312.0001 Standard Fire Hydrant Assembly 33 12 40 EA 6.00 $ 5,500.00 $ 33,000.00 15 241.151 Remove Existing Fire Hydrant Assembly 02 41 14 EA 1.00 $ 1,500.00 $ 1,500.00 16 3311.0001 Ductile Iron Fillings 3311 11 Ton 3.50 $ 7,000.00 $ 24,500.00 17 3305.0109 Trench Safety 330510 LF 2,380.00 $ 5.00 $ 11,900.00 18 3125.0101 Storm Water Pollution Prevention Plan 31 25 00 LS 1.00 $ 10,000.00 $ 10,000.00 19 171.0101 Construction Staking 01 71 23 LS 1.00 $ 5,000.00 $ 5,000.00 20 171.0102 As-Built Redline Survey 01 71 23 LS 1.00 $ 5,000.00 $ 5,000.00 21 3471.0001 Traffic Control Plan 3471 13 MO 12.00 $ 5,000.00 $ 60,000.00 22 3304.0101 2"Temporary Water Service 33 04 30 LS 1.00 $ 95,000.00 $ 95,000.00 23 241.1016 Remove 20"Water Line(M-21 OR Interceptor crossing at 0241 14 LS 1.00 $ 5,000.00 $ 5,000.00 Hartwood Intersecton)and Ex.16"Meter Vault 24 241.1001 Abandonment-In-Place of Existing 16"and 20"Water Pipe 0241 14 LF 635.00 $ 115.00 $ 73,025.00 Modification to Existing 6"Irrigation Meter at Golf Course 25 9999 (including installing new meter and vault in the Street,and new 6" 9999 LS 1.00 $ 85,000.00 $ 85,000.00 RPZA with Hot Box,and all related appurtenances) 26 9999 Install 2"Meter and 2"Double Check Valve with 2"RPZA with 9999 LS 1.00 $ 40,000.00 $ 40,000.00 Hot Box and all related appurtenances 27 9999 2"RPZA(Temp Waterline and irrigation meters) 9999 EA 2.00 $ 5,000.00 $ 10,000.00 4"Service Assembly for Flushing Existing M-210 DS of Ex. 28 9999 Siphon(Including valve,HDPE pipe,grouting,RPZ,and all 9999 LS 1.00 $ 15,000.00 $ 15,000.00 related appurtenances) 29 3312.2201 2"Water Service,Meter Reconnection 33 12 10 EA 2.00 $ 3,500.00 $ 7,000.00 30 3312.2101 11/2"Water Service,Meter Reconnection 331210 1 EA 7.00 $ 3,000.00 $ 21,000.00 31 3312.2001 1"Water Service,Meter Reconnection 331210 1 EA 1 6.00 $ 2.500.00 $ 15,000.00 CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS, PART 5 CITY PROJECT NO.103389 5/9/2022 ENGINEER'S OPINION OF CONSTRUCTION COSTS Project Item Information Engineer's OPCC Bid List Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure 32 9999 2"Private Service Pipe Relocation,including cleanouts 33 12 10 LF 40.00 $ 40.00 $ 1,600.00 33 3312.0106 Reconnect to Existing 16"Water Main 331225 EA 1.00 $ 18,000.00 $ 18,000.00 34 3213.04 5"Concrete Driveway 321320 SF 415.00 $ 15.00 $ 6,225.00 35 9999 Full Panel Concrete Replacement(Hartwood Dr.) 9999 SY 210.00 $ 55.00 $ 11,550.00 36 3217.0305 Stop Bars Pavement Markings Hartwood Dr. 9999 LF 15.00 $ 8.00 $ 120.00 Electrical Service Drop for Permanent RPZA's(2"and 6"units); 37 9999 Panel Connections;Handhold;2"power conduit(100 LF) 9999 LS 1.00 $ 12,000.00 $ 12,000.00 installed;and Installation of heater units in hot boxes 38 3201.0112 Temporary Asphalt Paving Repair(2"HMAC and 8"Flexbase) 3201 17 LF 2,000.00 $ 50.00 $ 100,000.00 Mockingbird and Mockingbird Ct.-5 It wide 39 3201.0301 Pavement Repair(Temp.Asphalt)-2"Extra Width for Bore and 3201 17 SY 140.00 $ 55.00 $ 7,700.00 Tunnel Pits 40 3312.4211 24"x12"Tapping Sleeve and 12"Gate Valve(Connection to 33 12 25 EA 1.00 $ 18,000.00 $ 18,000.00 existing 24"WL on Simondale) 41 3201.0112 Temporary Asphalt Paving Repair(2"HMAC and 8"Flexbase) 3201 17 LF 40.00 $ 50.00 $ 2,000.00 Simondale-5 ft wide 42 3201.0301 Pavement Repair(Temp.Asphalt)-Simondale 2"Extra Width for 3201 17 SY 23.00 $ 55.00 $ 1,265.00 Bore and Tunnel Pits 43 9999 Utility Adjustment(Irrigation)(25/25/50) 9999 LS 1.00 $ 7,500.00 $ 7,500.00 44 241.13 Remove Concrete Curb and Gutter(25125/50) 0241 15 LF 820.00 $ 5.80 $ 4,756.00 45 3216.0102 7"Gone Curb and Gutter(match existing)(25/25/50) 321613 LF 990.00 $ 40.00 $ 39,600.00 46 241.0401 Remove Concrete Drive(25/25/50) 02 41 13 SF 625.00 $ 3.00 $ 1,875.00 47 3213.0401 6"Concrete Driveway (25125/50) 32 13 20 SF 625.00 $ 18.00 $ 11,250.00 48 241.01 Remove Sidewalk(25/25/50) 0241 13 SF 250.00 $ 2.20 $ 550.00 49 3213.0311 4"Cone Sidewalk,Adjacent to Curb(25/25/50) 32 13 20 SF 250.00 $ 8.00 $ 2,000.00 50 241.14 Remove Concrete Valley Gutter(25/25/50) 0241 15 SY 15.00 $ 25.00 $ 375.00 51 3216.0302 7"Cone Valley Gutter,Residential(25/25/50) 321613 SY 15.00 $ 70.00 $ 1,050.00 52 241.17 11"Pavement Pulverization(25/25/50) 0241 15 SY 1,925.00 $ 14.00 $ 26,950.00 53 3211.33 Cem-Lime Stabilization(d 32Lbs/SY(25/25/50) 9999 TN 17.00 $ 240.00 $ 4,080.00 54 3123.0101 Unclassified Excavation by Plan(25125/50) 312316 CY 65.00 $ 35.00 $ 2,275.00 55 3212.0303 3"Asphalt Pvmt Type D(25/25/50) 321216 SY 1,925.00 $ 22.50 $ 43,312.50 56 3305.0111 Valve Box Adjustment with Concrete Collar(25/25/50) 330514 EA 1.00 $ 425.00 $ 425.00 57 3305.0107 Manhole Adjustment,Minor With Concrete Collar(25/25/50) 330514 EA 1.00 $ 630.00 $ 630.00 58 3346.0008 4"Pipe Underdraln,Type 8(Roof Drain Curb Opening) 33 46 00 LF 50.00 $ 50.00 $ 2,500.00 (25/25/50) 59 3217.5001 Curb Address Painling(25/25/50) 321725 EA 64.00 $ 45.00 $ 2,880.00 60 3291.01 Topsoil(25/25150) 32911 19 CY 25.00 $ 55.00 $ 1,375.00 61 3292.01 Block Sod Replacement(25/25/50) 329213 SY 320.00 $ 15.00 $ 4,800.00 62 3305.011 Utility Markers 33 05 26 LS 1.00 $ 2,600.00 $ 2,500.00 63 9999.002 Remove and Replace Inlet Top(25/25/50) 9999 EA 1.00 $ 5,000.00 $ 5,000.00 64 9999.0004 Water Construction Allowance 9999 LS 1.00 $ 90,000.00 $ 90,000.00 CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS, PART 5 CITY PROJECT NO.103389 5/9/2022 ENGINEER'S OPINION OF CONSTRUCTION COSTS Project Item Information Engineer's OPCC Bid List Description Specification Unit of Bid Quantity Unit PriceL�� Item No. Section No. Measure Subtotal $ 1,493,873.50 Unit 1 -Water Improvements $ 1,493,873.50 ImprovementsUnit 2-Sanitary Sewer 1 3331.4408 30"FRP(SN-72 or SN 115)by Open Cut 3331 13 LF 655.00 $ 560.00 $ 366,800.00 2 3305.1008 54"Casing Pipe by Other than Open Cut 33 05 22 LF 403.00 $ 1,350.00 $ 544,050.00 3 3331.4408 30.'FRP(SN-72 or SN 115)Carrier Sewer Pipe Installed in 3331 13 LF 403.00 $ 390.00 $ 157,170.00 Tunnel 4 3311.0764 30"Spiral Welded Steel AWWA C200 Water Pipe(Welded 3311 14 LF 241.00 $ 1,080.00 $ 260,280.00 Joints) 5 3305.3002 12"Dia.SS Pipe by Open Cut 3311 10 LF 22.00 $ 220.00 $ 4,840.00 6 3331.4115 8"Dia.SS Pipe by Open Cut 3311 10 LF 556.00 $ 135.00 $ 75,060.00 7 3331.41108 1 6"Dia.SS Pipe by Open Cut 3311 10 LF 12.00 $ 90.00 $ 1,080.00 8 3331.4101 4"Dia.SS Pipe by Open Cut 3311 10 LF 15.00 $ 65.00 $ 975.00 9 9999.0000 Existing 4"Gas Exploration Pothole/Excavation per plan details 9999 LS 1.00 $ 30,000.00 $ 30,000.00 at Simondale/Mockingbird Intersection 10 9999.0000 Existing 4"Gas Pipeline Adjustment per plan details for 30"SS 9999 LS 1.00 $ 37,500.00 $ 37,500.00 Interceptor Conflict Resolution during Construction 11 3339.1201 6.0'Dia.Sid.MH,0'-6'Deep 333910 EA 2.00 $ 14,000.00 $ 28,000.00 12 3339.1203 6.0'Dia.Sid.MH,Extra Depth 33 39 10 VF 24.00 $ 550.00 $ 13,200.00 13 3339.1102 6.9 Dia.Drop MH, 0'-6'Deep 333910 EA 2.00 $ 16,000.00 $ 32,000.00 14 3339.1103 6.0'Dia.Drop MH,Extra Depth 33 39 10 VF 28.00 $ 500.00 $ 14,000.00 15 3339.1101 5.0'Dia.Drop MH, U-6'Deep 333910 EA 1.00 $ 12,000.00 $ 12,000.00 16 3339.1103 5.0'Dia.Drop MH,Extra Depth 333910 VF 10.00 $ 450.00 $ 4,500.00 17 3339.1101 5.0'Dia.Sid.MH,0'-6'Deep 33 39 10 EA 4.00 $ 9,500.00 $ 38,000.00 18 3339.1103 5.0'Dla.Sid.MH,Extra Depth 333910 VF 34.00 $ 450.00 $ 15,300.00 19 3339.1001 4.0'Dia.Std.MH,V-6'Deep 333910 EA 2.00 $ 7,000.00 $ 14,000.00 20 3339.1003 4.0'Dia.Sid.MH,Extra Depth 33 39 10 VF 2.00 $ 350.00 $ 700.00 21 3339.1002 4.0'Dia.Sid.Drop MH,0'-6'Deep 333910 EA 2.00 $ 8,000.00 $ 16,000.00 22 3339.1003 4.0'Dia.Std.MH,Extra Depth 33 39 10 VF 18.00 $ 400.00 $ 7,200.00 23 9999,0000 Rehab Ex.4'Manhole with Protective Coating 9999 LS 2.00 $ 3,500.00 $ 7,000.00 24 9999.0000 Protective Coating for Structures 9999 SF 1,837.00 $ 20.00 $ 36,740.00 Hartwood Sewer Aerial Crossing Support Structure(4-48-inch 25 9999.0000 Concrete piers drilled 5-ft min.into bedrock(Aerial Anchor 9999 LS 1.00 $ 150,000.00 $ 150,000.00 Blocks)Treated Galvanized Steel Pipe Straps) 26 241.5001 Abandon Manhole 024114 EA 1.00 $ 1,000.00 $ 1,000.00 27 241.2001 Abandon Ex.21"M-64&M-180 0241 14 CY 150.00 $ 115.00 $ 17,250.00 CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS, PART 5 CITY PROJECT NO.103389 5/9/2022 ENGINEER'S OPINION OF CONSTRUCTION COSTS Project Item Information Engineer's OPCC Bid List Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure 28 241.2001 Abandon Ex.33"pipelines in Mockingbird area(grout in place) 0241 14 CY 105.00 $ 125.00 $ 13,125.00 29 241.2001 Abandon Ex.15"pipelines in Mockingbird area(grout in place) 0241 14 CY 10.00 $ 110.00 $ 1,100.00 30 3331.3101 4"Sewer Service 33 31 50 EA 8.00 $ 2,000.00 $ 16,000.00 31 3331.3105 4"Private Sewer Service(3701 Mockingbird Ln.) 33 31 50 LF 96.00 $ 60.00 $ 5,760.00 32 3305.0207 Select Backfiil 330510 CY 200.00 $ 60.00 $ 12,000.00 33 3123.0101 Miscellaneous Excavation 312316 CY 200.00 $ 8.00 $ 1,600.00 34 3201.0150 Temporary Asphalt Paving Repair(2"HMAC and 8"Flexbase) 3201 17 LF 510.00 $ 50.00 $ 25,500.00 Mockingbird and Mockingbird Ct.-5 ft wide 35 3201.0150 Temporary Asphalt Paving Repair(2"HMAC and 8"Flexbase) 32 01 17 LF 606.00 $ 60.00 $ 36,360.00 Mockingbird Dr.-10 ft wide 36 3201.0150 Temporary Asphalt Paving Repair-2"Extra Width for Bore and 3201 17 SY 800.00 $ 55.00 $ 44,000.00 Tunnel Pits 37 3213.0400 5"Driveway Repair 32 13 20 SF 900.00 $ 15.00 $ 13,500.00. 38 3292.0400 Seeding/Sodding 32 92 13 SY 1,500.00 $ 10.00 $ 15,000.00 39 3471.0001 Traffic Control Plan 3471 13 LS 1.00 $ 25,000.00 $ 25,000.00 40 3125.0101 SWPPP 312500 LS 1.00 $ 25,000.00 $ 25,000.00 41 3305.0109 Trench Safety 330510 LF 1,487.00 $ 3.00 $ 4,461.00 42 3303.0001 Bypass Pumping/Flow Diversion 33 03 10 LS 1.00 $ 20,000.00 $ 20.000.00 43 9999.0000 Existing Waterline Adjustment(s) 9999 EA 1.00 $ 7,500.00 $ 7,500.00 44 241.1700 11-Inch Pavement Pulverization Simondale Intersection 0241 15 SY 300.00 $ 14.00 $ 4,200.00 45 3211.3300 Cem-Lime Stabilization @ 32Lbs/SY(Simondale) 9999 TN 3.00 $ 240.00 $ 720.00 46 3123.0101 Unclassified Excavation by Plan(Simondale) 31 23 16 CY 10.00 $ 35.00 $ 350.00 47 3212.0303 3"Asphalt Pvmt Type D(Simondale) 32 12 16 SY 300.00 $ 22.50 $ 6,750.00 48 3201.0150 Temporary Asphalt Paving Repair(2"HMAC and 8"Flexbase) 3201 17 LF 25.00 $ 60.00 $ 1,500.00 Simondale-10 ft wide 49 3201.0301 Temporary Asphalt Paving Repair-Simondale 2"Extra Width 3201 17 SY 15.00 $ 55.00 $ 825.00 50 9999.0000 Utility Adjustment(Irrigation)(25/25150) 9999 LS 1.00 $ 7,500.00 $ 7,500.00 51 241.1300 Remove Concrete Curb and Gutter(25/25/50) 0241 15 LF 820.00 $ 5.80 $ 4,756.00 52 3216.0101 7"Con;Curb and Gutter(match existing)(25/25/50) 321613 LF 990.00 $ 40.00 $ 39,600.00 53 241.0401 Remove Concrete Drive(25/25/50) 02 41 13 SF 625.00 $ 3.00 $ 1,875.00 54 3213.0401 6"Concrete Driveway (25/25/50) 321320 SF 625.00 $ 18.00 $ 11,250.00 55 241.0100 Remove Sidewalk(25/25/50) 0241 13 SF 250.00 $ 2.20 $ 550.00 56 3213.0311 4"Conc Sidewalk,Adjacent to Curb(25125/50) 32 13 20 SF 250.00 $ 8.00 $ 2,000.00 57 241.1400 Remove Concrete Valley Gutter(25/25/50) 0241 15 SY 15.00 $ 25.00 $ 375.00 CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS, PART 5 CITY PROJECT NO.103389 5/9/2022 ENGINEER'S OPINION OF CONSTRUCTION COSTS Project Item Information Engineer's OPCC Bid List Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure 58 3216.0302 7"Cone Valley Ginter,Residential(25/25/50) 32 16 13 SY 15.00 $ 70.00 $ 1,050.00 59 241.1700 11"Pavement Pulverization(25/25/50) 0241 15 SY 1,925.00 $ 14.00 $ 26,950.00 60 3211.3300 Cem-Lime Stabilization @ 32Lbs/SY(25/25/50) 9999 TN 17.00 $ 240.00 $ 4,080.00 61 3123.0101 Unclassified Excavation by Plan(25/25/50) 312316 CY 65.00 $ 35.00 $ 2,275.00 62 3212.0303 3"Asphalt Pvmt Type D(25/25/50) 32 12 16 SY 1,925.00 $ 22.50 $ 43,312.50 63 3305.0111 Cleanout Adjustment with Concrete Collar(25/25150) 330514 EA 1.00 $ 425.00 $ 425.00 64 3305.0107 Manhole Adjustment,Minor With Concrete Collar(25/25/50) 33 05 14 EA 1.00 $ 630.00 $ 630.00 65 3346.0008 4"Pipe Underdrain,Type 8(Roof Drain Curb Opening) 9999 LF 50.00 $ 50.00 $ 2,500.00 (25/25/50) 66 3217.5001 Curb Address Painting(25/25/50) 9999 EA 4.00 $ 45.00 $ 180.00 67 3291.0100 Topsoil(25/25150) 9999 CY 25.00 $ 55.00 $ 1,375.00 68 3292.0100 Block Sod Replacement(25125/50) 329213 SY 313.00 $ 15.00 $ 4,695.00 69 9999.0000 Remove and Replace Inlet Top(25125/50) 9999 EA 1.00 $ 5,000.00 $ 5,000.00 70 3331.5774 CLSM(Simondale Intersection)Backfill 3331 13 CY 190.00 $ 140.00 $ 26,600.00 71 9999.0000 Storm Sewer Modifications 9999 EA 4.00 $ 7,500.00 $ 30,000.00 72 171.0101 Construction Staking 01 71 23 LS 1.00 $ 5,000.00 $ 5,000.00 73 171.0102 As-Built Redline Survey 01 71 23 LS 1.00 $ 5,000.00 $ 5,000.00 74 3305.011 Utility Markers 33 05 26 LS 1.00 $ 1,200.00 $ 1,200.00 75 9999.0000 Sanitary Sewer Construction Allowance 9999 LS 1.00 $ 100.000.00 $ 100,000.00 Subtotal $ 2,493,074.50 Unit 2-Sanitary Sewer Improvements $ 2,493,074.50 Unit 3-Paving Improvements 1 9999 Utility Adjustment(Irrigation)(25125150) 9999 LS 1.00 $ 15,000.00 $ 15,000.00 2 241 Remove Concrete Curb and Gutter(25/25/50) 0241 15 LF 1,625.00 $ 5.80 $ 9,425.00 3 3216 7"Cone Curb and Gutter(match existing)(25/25/50) 32 16 13 LF 1,975.00 $ 40.00 $ 79,000.00 4 241 Remove Concrete Drive(25/25/50) 02 41 13 SF 1,250.00 $ 3.00 $ 3,750.00 5 3213 6"Concrete Driveway (25/25/50) 321320 SF 1,250.00 $ 10.00 $ 12,500.00 6 241 Remove Sidewalk(25/25/50) 0241 13 SF 500.00 $ 2.20 $ 1,100.00 7 3213 4"Cone Sidewalk,Adjacent to Curb(25/25/50) 321320 SF 500.00 $ 8.00 $ 4,000.00 8 241 Remove Concrete Valley Gutter(25/25/50) 0241 15 SY 25.00 $ 25.00 $ 625.00 9 3216 7"Cone Valley Gutter,Residential(25/25/50) 32 16 13 SY 25.00 $ 70.00 $ 1,750.00 10 241 11"Pavement Pulverization(25/25150) 0241 15 SY 3,850.00 $ 14.00 $ 53,900.00 111 3211 Cem-Lime Stabilization @ 32Lbs/SY(25/25/50) 9999 TN 33.00 1 $ 240.00 $ 7,920.00 CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS, PART 5 CITY PROJECT NO.103389 5/9/2022 ENGINEER'S OPINION OF CONSTRUCTION COSTS Project Item Information Engineer's OPCC Bid List Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure 12 3123 Unclassified Excavation by Plan(25/25/50) 31 2316 CY 125.00 $ 35.00 $ 4,375.00 13 3212 3"Asphalt Pvmt Type D(25/25150) 321216 SY 3,850.00 $ 22.50 $ 86,625.00 14 3305 Valve Box Adjustment with Concrete Collar(25/25/50) 33 05 14 EA 1.00 $ 425.00 $ 425.00 15 3305 Manhole Adjustment,Minor With Concrete Collar(25/25/50) 330514 EA 1.00 $ 630.00 $ 630.00 16 3346 4"Pipe Underdrain,Type 8(Roof Drain Curb Opening) 9999 LF 80.00 $ 50.00 $ 4,000.00 (25125150) 17 3218 Curb Address Painting(25/25/50) 9999 EA 8.00 $ 45.00 $ 360.00 18 3291 Topsoil(25/25/50) 9999 CY 50.00 $ 55.00 $ 2,750.00 19 3292 Block Sod Replacement(25/25150) 32 92 13 SY 625.00 $ 15.00 $ 9,375.00 20 9999 Remove and Replace Inlet Top(25/25/50) 9999 EA 3.00 $ 5,000.00 $ 15,000.00 21 3471 Traffic Control 3471 13 MO 3.00 $ 2,500.00 $ 7,500.00 22 3125 SWPPP t 1 acre 31 25 00 LS 1.00 $ 750.00 $ 750.00 23 9999 Paving Construction Allowance 9999 LS 1.00 $ 50,000.00 $ 50,000.00 Subtotal $ 370,760.00 Unit 3-Paving Improvements $ 370,760.00 Summary Unit Water Improvements: $ 1,493,873.50 Unite Sanitary Sewer Improvements: $ 2,493,074.50 Unit3 Paving Improvements: $ 370,760.00 TOTAL AMOUNT BID: $ 4,357,708.00 q m w O (P I.A w N E z O m V) cn Ln In N L/) �A rD O (D ro v, w Z O -� -� = v 3 m v_' cn D v c -O' -0 S Ln r+ rnr v Ln O O < Q (n O (D O G� (n O S fl O (D N 3 O v O r+ rrt =3 O Uq W fD 3 m fD fD r m r+ (D VI m 0 n p O Z3 rn :v o < -0 r O o3 z r z o v D O < m - D z m —1 0 O (D v m D „ r Ln z O LM N �o z oNJ 0 D � � —ml 2 m O N z m ,can o ,can .� o `rev w z Ln O F" 0 0 F� CD Ln 0 0 0 n z z O O O v, O O O O O m O 0 00000000 T n O 0 C -ten cn cri� T D rn L/) V) Cn Z v z Ln > oZ ® �� o A z s C a D w CD ZI Iv � F� -P O .< cn N O H Fl O N U'I F" F" F� •jl- O NN w -Vh w ij-� t!)- ih Ni in- D V W l0 �I F, F� N V)- W w F" if/- t/)- f— N W lD Ol Ln O N O W O N W O M N (n O O N O �I O O Cn O N Ili O CD (n 0 (n 0 CD CDUl O ul crn 0 0 1 CD I 0 0 0 0 0 0 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS PART 5 City Project No. 103389 NO CHANGES City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 1 �3 z00IZ - 3 x F 3 3 3 a a 3 3 u�i n o a A z 4 o p 2 z 0 3 v D n N = z m am Q a n o a A z c i o N � z 0 4 A 3 A D r 4 A � 3 a ATTACHMENT E op � ��t- �." � t� - � � l�" e V-M•;'—ice COLONIAL' COUNTRY CLUB "" uj �'� ✓ OJ= PARK HILL DRY -40 �1 -(MOCKINGBIRD,LN -5 •) � •I � ANN ARBOR CT,. Wit, ,. tl1. - ' O1 ti s� Q _ r cn _ p 0: -; { ATTACHMENT E � TRINITY�BLVD! . = , TRINITY BLVD` v LU Lu �* EXISTING SANITARY up SEWER MAIN \ o j ``iSALIENT-PT ��� I M-341 N o co EXISTING M-341 TO Y ' r BE ABANDONED r7f rf "^y- PROPOSED M-341 S°r;' .. RELOCATION I . Ir77 FORTWORTH I ATTACHMENT "F" CERTIFICATE OF INSURANCE M-210 Mockingbird Colonial Country Club City Project No. 103389 City of Fort Worth,Texas Attachment F City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 28, 2022 REFERENCE NO.: **M&C 22-0485 LOG NAME: 60M210P5-RJN SUBJECT: (CD 3 and CD 5)Authorize Execution of an Engineering Agreement with RJN Group, Inc., in the Amount of $247,750.00, for the M-210 Mockingbird Colonial Country Club Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to Fiscal Years 2022-2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1.Authorize execution of an engineering agreement with RJN Group, Inc., in the amount of $247,750.00, for M-210 Mockingbird Colonial Country Club 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$398,370.00, transferred from available funds within the Water and Sewer Fund, for the M-210 Mockingbird Colonial Country Club project (City Project No. 103389)to effect a portion of Water's contribution to Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize the execution of an engineering agreement with RJN Group, Inc., in the amount of$247,750.00, for M-210 Mockingbird Colonial Country Club (Clear Fork Drainage Basin M-210 Sanitary Sewer Improvements, Part 5) project for the preparation of plans and specifications for sanitary sewer and water main replacements on the following streets in the vicinity of Colonial Country Club: Street From I To Scope of Work Mockingbird Simondale Drive / Mockingbird Lane Westerly 1,650 Water/Sewer Lane intersection feet Mockingbird Mockingbird Lane F Cul-de-Sac Water/Sewer Court Hartwood Mockingbird Lane Southerly 160 Water Drive feet The agreement will also provide design for rerouting of an existing siphon that is exposed and close to failure on Sanitary Sewer Main M-341 located north of the Trinity Railway Express railroad line just west of Highway 360. In addition to the contract amount, $150,620.00 (Water: $27,408.00; Sewer: $123,212.00) is required for project management, utility coordination, and material testing. This project will have no impact on the Water Department's operating budget when completed. The sewer component of the project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2022-2026 Capital Improvement Program, as follows: Capital Project FY2022 CIP Budget Change Revised Fund Name Appropriations '°`uthority FY2022 Name (Increase/Decrease) Budget 56002 - 103389 - M- $0.00 This M&C $398,370.00 $398,370.00 W&S 210 I Capital [Colonial ockingbird Projects CC Fund Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budgets for the purpose of funding the M-210 Mockingbird Colonial CC project within the Water& Sewer Capital Projects Fund. Appropriations for M-210, Part 5 Sanitary Sewer Improvements are as depicted below: Fund Existing Additional Project Appropriations Appropriations Total* W&S Capital Projects - Fund $0.00 $398,370.00 $398,370.00 56002 Project Total $0.0qJ $398,370.00 $398,370.00 *Numbers rounded for presentation purposes. Business Equity—RJN Group, Inc., is in compliance with the City's Business Equity Ordinance by committing to 11 percent Business Equity participation on this project. The City's Business Equity goal on this project is 10 percent. FISCAL INFORMATION/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 M-210 Mockingbird Colonial CC 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 verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO Fund Department ccount Project Program ctivity Budget Reference # mount ID ID Year (Chartfield 2) FROM lFundl Department Account Project Program ctivityl Budget — Reference # ►mount ID ID J Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Liam Conlon (6824) ATTACHMENTS 1.60M210P5-RJN 1295.pdf (CFW Internal) 2. 60M210P5-RJN Compliance Memo.pdf (CFW Internal) 3. 60M21 OP5-RJN FID Table (WCF 05.17.22).xlsx (CFW Internal) 4. 60M210P5-RJN MAP (1),pdf (Public) 5.60M210P5-RJN MAP (2),pdf (Public) 6. 60M21OP5-RJN PBS CPN 103389.pdf (CFW Internal) 7. 60M210P5-RJN SAM.pdf (CFW Internal) 8.60M210P5-RJN.docx (CFW Internal) 9.60M210P5-RJN 56002 AO.docx (Public) 707 N N N r N N N r N N N N N N N N N N ra N O b Ul Ul Ul Ul W Ul W W Ul Ul Ul w Ul W W Ul Ul W W Ol O Ol m m m mm m m m Ol Q1 Ql Dl Ol Ol m Ol CD O CD O O O O 0 CD O O O O O O O 0 O Z O O O O O O O CD CD CD O CD O 0 O O O N N N N N N N N N N N N r N r Ni N N N O O O O O O O O O O O O O O O O O O J J V J V V V m m m J J mm J V Dl m 0 0 0 0 0 0 0 0 0 o O O O Cl o 0 0 0 0 0 0 0 0 0 0 0 0 o O w o lD o 0 0 0 A A A A A A A A A A A O A O A A A A W W W W w W W W W W W N W N W W w W O O O O O O O O O O O O O O O O O O N Ul Ul w W w Ul A Ul Ul A A Ul AACDW W W w Ul I- lD W r w w w lD lD lD lD Ql r w r W w r Vl W r Ut In Ul Ul Ul In Vl O O O O CD O O CT) O O Ol Cl) al Ol 0) Ol O1 O W Ul W Ul r r 0 In r 0 CD O O O CD CDCDUl O Ul O O O O ID O O O O CD O O O O O CD O N r r o r r r r r r r r 0 r r r r r r r r r r r N r r r r O O O O O O O O O O O 0 O C. O O W W W W W W W W W W W W W W W W w W W W W W W W W W W W W W W W W W 00 00 00 m 00 w w w w w w 00 00 00 00 DO 00 A O CD CD O O O O O O O O O MC:) 0 0 0 O O O O O o O o r r r N r r r r r r r r J V J V V V V V V V V V 00 00 V W W W W W W W W w Z A A O O O O O O O O O O w w w w lD lD lD lD W W lD w N N N N lD w lD w lD lD lD w w w lD w O O O o lD lD W W W lD lD lD lD lD lD lD N Ili N N lD w lD lD w W W lD lD lD lD w N N N N • if1 i/1• v, t/1 if? i/? ifT VT IA if� lfl r Vl N v" 1^ N IN r r r W ill V in Ul ID N V lD O O lD lD O O lD lD W W W 00 al J A al N N T T N N In O O O O m N A V N 1-+ r N N r r w J O A 0 0 Ul 0 0 Ul r r W Ul r r vl r o v o m D w w D r r lD lD r r 0 0 0 0 0 0 0 0 0 � 0 0 0 0 0 0 0 0 0 0 CD O o 0 00 0 0 0 0 0 1 0 0 x Vt N C C ID O O ,Cr, O C < C O 7 N v a' U -I n O O G n a v n Cl 3 cn c n O O O' N p`�j r�F, rNt ram+ O 3 O O a co