Loading...
HomeMy WebLinkAboutContract 58333 CSC No. 58333 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 Dunaway Associates, LLC, authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: University Drive from Trail Drive to Rosedale Street— Project No. 102497. Article 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 $1,135,589.00 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 University Drip 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 University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 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 University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 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 University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 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 University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 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 respondent 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 University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 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 University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 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 University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 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 CITY and ENGINEER shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in 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 University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 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 University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 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 University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 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 City of Fort Worth,Texas University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 Revised Date:November 23,2021 Page 12 of 15 ENGINEER acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the CITY is prohibited from entering into a contract for goods or services that has a value of$100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full- time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, 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 City of Fort Worth,Texas University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 Revised Date:November 23,2021 Page 13 of 15 same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B - Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Attachment F — Insurance Requirements 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 Dunaway Associates, LLC William Johnson(Oct 6,202215:09CDT) (14.1 William Johnson Chris Wilde(Oct 12,202214:08 CDT) Assistant City Manager Chris Wilde, P.E. Oct 26, 2022 Chief Executive Officer Date: a�4FoAl. Date: Oct 12, 2022 a !✓ ` o000000, ATTEST- 0- ° °oo T�hhe fe S. Goodclll ti0 0�� °_ Jannette S.Goodall(Oct 26,2022 15:50 CDT) V o 0 0 0 0 0 Jannette Goodall �d'�°°°°°°°°°°°o *4 City Secretary a�atl�EXASaab APPROVAL RECOMMENDED: By: Lauren L. Prieur, Interim Director Transportation and Public Works APPROVED AS TO FORM AND LEGALITY 2022-919799 Form 1295 No. By: 98 D✓alack(as amended)(Oct 26,2022 14:11 CDT) Douglas W Black M&C No.: 22-0770 Sr. Assistant City Attorney M&C Date: 09-27-22 City of Fort Worth,Texas University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services PN 102497 Revised Date:November 23,2021 Page 14 of 15 OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX 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. Leon Wilson, Jr., P.E. Project Manager OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX City of Fort Worth,Texas University Drive from Trail Drive to Rosedale Street Standard Agreement for Engineering Related Design Services CPN 102497 Revised Date:November 23,2021 Page 15 of 15 FORT WORTH ATTACHMENT "A" Scope for Engineering Design Related Services for Arterial Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The objective of the University Drive Roadway Improvements (CSJ:0902-90-169/CPN 102497) project is to improve University Drive from Rosedale Street to Trail Drive. Scope of improvements include new and widened sidewalks along University and connecting to Trinity Park; ADA ramps and crosswalks, including aesthetically enhanced crosswalk paving; bus stops; medians and turn bays; wayfinding signage; landscape and irrigation improvements along the entire corridor; new signals and existing traffic signal improvements; and lighting improvements under the bridges between West Freeway and Rosedale St. Scope of services to include project management and LG TxDOT coordination, traffic study, SUE, geotechnical, public outreach, civil infrastructure design, landscape and irrigation design, environmental permitting, and bid and construction phase services. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design (30%) Task 3. Preliminary Design (60%) Task 4. Final Design (90% and 100%) Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Permitting Task 10. Quality Control/ Quality Assurance City of Fort Worth,Texas Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 1 of 30 CPN 102497 FORT WORTH TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. Management shall include all necessary LG oversite and coordination with TxDOT as outlined in Local Government Projects Policy Manual. 1.1. Managing the Team: • Lead, manage and direct design team activities • Ensure Quality Control /Quality Assurance (QC/QA) is practiced in performance of the work. Refer to Task 10 for further details. • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting: • Attend a pre-design project kickoff/charter meeting with CITY and TxDOT staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY and TxDOT requirements • Attend one (1) constructability review meeting with CITY representatives, including Traffic Management, at the 60% submittal milestone • Conduct and document monthl project update meetings with CITY Project Manager • Conduct and document quarterly project update meetings with CITY and TxDOT • Conduct review meetings with the CITY at the end of each design phase • Conduct review meetings with TxDOT and CITY at the end of each design phase • Conduct and document biweekly design team meetings • Conduct QC/QA reviews and document those activities. Refer to Task 10 for further details • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. Multi-month billing is not allowed. Months in which no work is being invoiced shall require submission of a $0.00 invoice. Prepare and submit monthly Project Status Reports in the format provided by the Transportation and Public Works Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as defined in the City's Specification 00 31 15 entitled Engineer Project Schedule. City of Fort Worth,Texas Page 2 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 2 of 30 CPN 102497 FORT WORTH • Prepare and submit a preliminary Project Risk Register, Stakeholder Register, and Project Communications Plan. CITY will modify and finalize. Review Project Risk Register periodically with CITY Project Manager and make recommendations to mitigate, accept, or remove risks. • Complete Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • 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 • One (1) pre-design project kickoff/chartering meeting • One (1) constructability review meeting during design • Twenty-four (24) bi-weekly internal team meetings • Twelve (12) monthly project update meetings during design phase • Five (5) plan review meetings (Three with City and Two with TxDOT) • All submittals to the City will be Quality checked prior to submission. • Project design phase is anticipated to take twenty-four (24) months. • Project construction phase is anticipated to take eighteen (18) months. • Ninty hours general coordination with stakeholders and regulatory agencies (TxDOT, NTTA, Trinity Metro, UPRR, etc.) • Twenty four (24) monthly updates of Project Status Reports, MWBE forms, TPBE, Risk Register, and project Schedule. DELIVERABLES A. Meeting summaries with action items B. QC/QA documentation C. Baseline design schedule D. Preliminary Project Risk Register, preliminary Stakeholder Register, and preliminary Project Communications Plan City of Fort Worth,Texas Page 3 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 3 of 30 CPN 102497 FORT WORTH E. Monthly Schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly Project Status Reports G. TPBE spreadsheet updates with milestone submittals and when new cost figures are available H. Monthly Project Risk Register updates I. Plan Submittal Checklists (See Task 10) J. Monthly invoices City of Fort Worth,Texas Page 4 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 4 of 30 CPN 102497 FORT WORTH TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables (plans and exhibits), and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. All plans to follow TxDOT standards as described in Local Government Projects Policy Manual. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • Traffic Count Data: Microsoft Excel spreadsheet of Raw 24-hour and Turning Movement Count data gathered at 15-minute intervals at a minimum on all raw data collected. Provide Daily Summaries by Approach and Peak-Period Summaries by Approach. Spreadsheet shall be uploaded to the CITY's document management system (BIM360) folder 'TPW Traffic Count Data'. • In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (TxDOT, NTTA, Trinity Metro, UPRR, etc.), City Master Plans, and property ownership as available from the Tax Assessor's office. • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans where necessary. 2.2. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) per Task 8. 2.3. Utility Clearance • ENGINEER will develop the design of CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. Where conflicts cannot be avoided, coordination of Utility Conflicts will begin at the Conceptual Design phase. • In the case of a public utility conflict, the ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • In the case of a private Utility Conflict, the ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those City of Fort Worth,Texas Page 5 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 5 of 30 CPN 102497 FORT WORTH conflicts to be included in a Utility Clearance Letter for coordination. The ENGINEER may need to coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. The ENGINEER shall upload a PDF file of the approved preliminary plan set to the designated project folder in the City's document management system (BIM 360) for forwarding to all utility companies which have facilities within the limits of the project. The PDF file should be created directly from the CAD files. 2.4 Public Meeting In an effort to engage stakeholders and the general public at the conceptual stage of design, the ENGINEER shall prepare project exhibits (graphical analysis), assist the project manager in preparing a presentation of the most appropriate format (most usually in Power Point), and attend two (2) public/stakeholder meeting to help explain the proposed project to residents. The CITY shall select a suitable location, time and date. The Engineer needs to coordinate with the City's project manager to format the mailing list of all affected property owners. ENGINEER has solicited the services of outside architecture and design consulting firm to provide insight into and guide design decisions as well has assist in facilitating consensus with the public and major stakeholders for which the this consultant is familiar both during public meetings and individually, as necessary. 2.5 Graphical Analysis ENGINEER will develop a digital base map of the project area using the completed survey, aerial photography, and site observations. The graphic analysis will identify desirable views, areas for enhancement or screening, existing lane markings, pavement edges, intersection and walk configurations and significant plantings and landscape improvements that will inform the development of the landscape and hardscape aesthetic concept. Consultant will synthesize above information into graphic presentation of issues, opportunities, and constraints, concerning existing and potential improvements. 2.2 Using the graphic analysis, Dunaway will prepare an illustrative plan exhibit showing the initial location, approximate scope, size, and plan geometry for potential corridor improvements including: o Pedestrian and Streetscape Improvements o Landscape Enhancements o Median Locations and Materials o Pavement Finishes o Gateway and Monument Features o Signage & Wayfinding Elements o Street and Decorative Lighting City of Fort Worth,Texas Page 6 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 6 of 30 CPN 102497 FORT WORTH • Illustrative sections will be developed at select areas along the corridor to illustrate the height, scale, and relationship of project improvements to the roadway roadway for improvements along the corridor. • Image Board and Precedent Graphics Consultant will provide additional graphic and photographic documentation to illustrate the proposed character and material for improvements along the corridor. 2.5 The Conceptual Design Package shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • Quantity Summary page . Quantity tables to be formatted per TxDOT standards. • Traffic Engineering study corridor analysis study or alignment/feasibility study to support the recommended design alternative. Intersection Control Evaluation Report (ICE) may be required if applicable. • Conceptual Design Report (Arterials) in the format provided by the CITY • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table • Traffic Count Data: Microsoft Excel spreadsheet of Raw 24-hour and Turning Movement Count data gathered at 15-minute intervals at a minimum on all raw data collected. Provide Daily Summaries by Approach and Peak-Period Summaries by Approach. Spreadsheet shall be uploaded to the City's document management system (BIM 360),`TPW Traffic Count Data' folder. • Existing typical sections of the roadway to be constructed along with proposed typical sections which outline the proposed improvements. Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs, sidewalks, and retaining walls. • Conceptual plan and profile sheets showing existing and proposed horizontal roadway alignments, proposed medians and openings, existing ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, city owned and franchise utilities. • Conceptual signalization plans • Illustrate Plan for use in public outreach and stakeholder coordination • Documentation of key design decisions. • Estimates of probable construction cost. ASSUMPTIONS • Stormwater will remain substantially the same as existing with necessary improvements to end treatments and curb inlets, as appropriate for design. There will be no drainage or flooding analysis or design. City of Fort Worth,Texas Page 7 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 7 of 30 CPN 102497 FORT WORTH • Two (2) public/stakeholder meeting will be attended and facilitated with CITY coordination. • Structural analysis of any proposed retaining or sound walls is not included. • Roadway and sidewalks will not require profile views. Grading plans will be provided for intersection layouts, as needed. • Three (3) sets of 11"x17" size plans will be delivered for the 30% design. • PDF files created from design CAD drawings will be uploaded to the designated project folder in the City's document management system (BIM 360). • ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Traffic Count Data B. Traffic Engineering Study C. Conceptual Design Package D. Public Meeting exhibits (Illustrative Plan) E. Utility Conflict Plan PDF and Utility Conflict Table City of Fort Worth,Texas Page 8 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 8 of 30 CPN 102497 FORT WORTH TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY and TxDOT per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. The Preliminary Design Drawings and Specifications shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • Utility Conflict Matrix. • Quantity Summary page and each design sheet shall include a quantity take off table. These tables shall be formatted to TxDOT standards. • Traffic Control Plan including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Updated existing and proposed typical section sheets. • Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s. • Signalization plans, tables, and details. • Illumination plans, tables, and details. • No less than two bench marks per plan/profile sheet. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Overall project easement layout sheet(s). • Intersection layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and existing and proposed contours (0.25' intervals). • ENGINEER will utilize information gathered in the community input meeting other project meetings to progress the design for landscape and streetscape design elements. The Design Development documents will include plans, sections, and City of Fort Worth,Texas Page 9 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 9 of 30 CPN 102497 FORT WORTH details necessary to establish the general geometry and location of the streetscape elements. These plans will be incorporated into the preliminary design submittal for review and may include: o Hardscape Layout Plans o Planting Plans & Details o Monumentation drawings o Construction Details o Lighting Layouts o Irrigation Plans and Details • Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, pavement, streetlights, traffic signals and all applicable utility details. • Dunaway will prepare up to 4 views and a fly-through of a computer-generated 3D model of the project reflecting the design intent of Preliminary Design Plans. • Preliminary signing, pavement marking, illumination and signal layouts. • Storm drain layout sheets showing location and size of all inlets, manholes, junction boxes, culverts and piping to include storm drain profiles showing existing and proposed flow lines, flows, lengths and slopes of pipe, top of ground profile over pipe and connections to existing or proposed storm sewer systems. These elements will be to update existing storm drain facilities which need updating per design. There will be no new hydrologic or hydraulic studies or evaluations. • Preliminary landscape, hardscape, and wayfinding plans and appropriate details • Documentation of key design decisions. • Estimates of probable construction cost. 3.2. Geotechnical Investigation/Pavement Design • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. • The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2005. The study shall include recommendations regarding utility trenching and identify existing groundwater elevation at each boring. 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Public Meeting City of Fort Worth,Texas Page 10 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 10 of 30 CPN 102497 FORT WORTH After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, assist the project manager in preparing a presentation of the most appropriate format (most usually in Power Point), and attend one (1) public/stakeholder meeting to help explain the proposed project to residents. The CITY shall select a suitable location, time and date. The Engineer needs to coordinate with the City's project manager to format the mailing list of all affected property owners. ENGINEER has solicited the services of outside architecture and design consulting firm to provide insight into and guide design decisions as well has assist in facilitating consensus with the public and major stakeholders for which the this consultant is familiar both during public meetings and individually, as necessary. 3.5. Utility Clearance ■ The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an 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 • Where conflicts cannot be avoided, coordination of Utility Conflicts will be identified at the Conceptual phase and begin at the Preliminary Design phase. In the case of a private Utility Conflict, the ENGINEER shall upload a set of plans in PDF format with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts in the City's document management system (BIM 360)_ The PDF file should be created directly from the CAD files. At each design milestone, the City PM will issue a Utility Clearance Letter to be accompanied by said plans and table to all utility companies which have facilities within the limits of the project for coordination The ENGINEER may need to coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. • ENGINEER to obtain utility As-built plans and/or do field visits to confirm relocation is complete and that the utility has been relocated in accordance with the plans and the project needs, report any discrepancies found, and provide documentation to support findings. ENGINEER to upload all utility As-built plans in the City s document management system (BIM 360) ASSUMPTIONS ■ Three (3) sets of 11"x17" size plans will be delivered for the 60% design for review coordination. • Structural analysis of any proposed retaining or sound walls is not included, • One (1) set of the Project Manual (Contract and Specifications) will be delivered for the 60% design. This manual to include TxDOT specifications as applicable. City of Fort worth,Texas Page 11 of 30 Attachment A Release Date:07.22.2021 University drive from Trail drive to Rosedale Street Page 11 of 30 CPN 102497 FORT WORTH ■ The following shall be uploaded to the designated project folder in the City's document management system (BIM 360): ■ Single PDF file created from design CAD drawings. ■ The Project Manual (Contract and Specifications) ■ All other submitted documents and checklists ■ The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. TxDOT requirements and specifications will supplement CITY's front end specifications. • Roadway and sidewalks will not require profile views. Grading plans will be provided for intersection layouts, as needed. • One (1) Public Meeting is assumed. • 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 including QC1QA documentation B. Utility Conflict Coordination Package C. Geotechnical Report D. Estimates of probable construction cost E. Public Meeting exhibits (Illustrative Plan and 3D fly-through) City of Fort worth,Texas Page 12 of 30 Attachment A Release Date:07.22.2021 University drive from Trail drive to Rosedale Street Page 12 of 30 CPN 102497 FORT WORTH TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Final draft construction plans (90%) and Project Manual shall be submitted to CITY per the approved Project Schedule. • The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in the Utility Clearance Letter to be issued by the City PM. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • A Quantity Summary page will be included in both the 90% and 100% design plans. Each design sheet of the plans shall also include a quantity take off table. These tables shall follow TxDOT standards. • The ENGINEER shall submit an estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use standard TxDOT bid items, as applicable. ASSUMPTIONS • Three (3) sets of 11"x17" size drawings and one (1) set of the Project Manual will be delivered for the 90% Design package. • A PDF and DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in the City's document management system (BIM 360). • One (1) sets of 11"x17" size drawings and one (1) set of specifications will be delivered for the 100% Design package. • A PDF and DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in City's document management system (BIM 360). DELIVERABLES A. 90% construction plans and specifications including QC/QA documentation. B. Utility relocation package. C. 100% construction plans and Project Manual including QC/QA documentation. D. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's or TxDOT's standard bid items and format, as applicable E. Digital cover sheet for the signatures of authorized CITY officials. City of Fort Worth,Texas Page 13 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 13 of 30 CPN 102497 FORT WORTH TASK 5. BID PHASE SERVICES. The CITY reserves the right to bid the project either via traditional project bid to via unit price alternative delivery. Bid Phase services shall include all necessary LG oversite and coordination with TxDOT as outlined in Local Government Projects Policy Manual. ENGINEER will support the bid phase of the project as follows: 5.1. Bid Support • The ENGINEER shall coordinate with TxDOT to ensure all project manual and bid proposal documents are compliant with all State and Federal guidelines and standards. • The ENGINEER shall upload all plans and contract documents onto the City's document management system (BIM 360) for access to potential bidders. • Project Manual shall be uploaded in a single PDF file • Bid Proposal Document of the Contract documents shall be uploaded in a file format of filename extension %xis". • Unit Price Proposal documents are to be created utilizing the city's unit price tool only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, that 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 the City's document management system (BIM 360) in two formats, .pdf and .CAD files. The .pdf will consist of one file of the entire plan set. • If requested by prospective bidders, the ENGINEER will sell contract documents at a reasonable price to recover reproduction and document request fulfillment cost. The CITY will not sell hard copies of the contract documents. • The ENGINEER will coordinate with the CITY PM to obtain received "Expressions of Interest" from prospective bidders and from uploaded Plan Holder Registrations in the City's document management system (BIM 360) by contractors. ENGINEER will maintain a plan holders list. • 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 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 the City's document management system (BIM 360) and email addenda to all plan holders. • 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. City of Fort Worth,Texas Page 14 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 14 of 30 CPN 102497 FORT WORTH • 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 and analyzing bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet are to be uploaded into the project's Bid Results folder on the City's document management system (BIM 360) • Incorporate all addenda into the contract documents and issue conformed sets. After the bid opening, ENGINEER will provide 5 full sets of plans, 7 half-size sets and 2 copies of the conformed Project Manual set incorporating all approved addenda. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • Construction documents will only be made available on the City's document management system (BIM 360) for plan holders and/or given to plan viewing rooms. • Construction documents will not be printed by the CITY and made available for purchase by plan holders and/or given to plan viewing rooms. • PDF and CAD files will be uploaded to the City's document management system (BIM 360). DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed) E. CFW Data Spreadsheet City of Fort Worth,Texas Page 15 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 15 of 30 CPN 102497 FORT WORTH TASK 6. CONSTRUCTION PHASE SERVICES. Construction Phase Services shall include all necessary LG oversite, documentation control, and coordination with TxDOT as outlined in Local Government Projects Policy Manual. ENGINEER will support the construction phase of the project as follows: 6.1. Construction Support • The ENGINEER shall attend the pre-construction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend one (1) public meeting to help explain the proposed project to residents. The CITY shall select a suitable location or media and mail notices to the nearby residents and other stakeholders. • The ENGINEER shall attend monthly or bi-weekly construction progress meetings during the duration of construction. The ENGINEER will prepare or collaborate with the CITY PM on a Construction Progress Report using the CITY's standard format and upload in the City's document management system (BIM 360). • The ENGINEER shall assist City's PM and project inspector in proper TxDOT construction tracking and compliance. These efforts are to be performed monthly and are required for proper TxDOT reimbursement. • The ENGINEER will prepare a Construction Communication Plan detailing the procedure for communicating between the Project Delivery Team members and the Contractors. • The ENGINEER will meet with concerned citizens as needed in coordination with the CITY PM. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in the City's document management system (BIM 360). • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, respond to Request for Information (RFI) from the contractor, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER will meet with the Project Delivery Team and Contractor on-site to review any field changes. • The ENGINEER will coordinate with other TPW divisions and other departments as necessary. • The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list. 6.2 Record Drawings City of Fort Worth,Texas Page 16 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 16 of 30 CPN 102497 FORT WORTH ■ The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. Information provided by the CITY may include, but is not limited to the following: ❑ As-guilt Survey ❑ Red-Line Markups from the Contractor ❑ Red-Line Markups from City Inspector ❑ Copies of Approved Change Orders ❑ 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: 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, in Adobe Acrobat PDF format (version 6.0 or higher) and in DWF format_ 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 digital files. ■ 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, if required. Each PDF and DWF file shall contain all associated sheets of the particular plan set. 5ingular 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_0rg47.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-0324 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_orgl8,pdf City of Fort worth,Texas Page 17 of 30 Attachment A Release Date:07.22.2021 University drive from Trail drive to Rosedale Street Page 17 of 30 CPN 102497 FORT WORTH Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in the City's document management system (BIM 360). For information on the proper manner to submit files and to obtain a file number for the project, the ENGINEER should coordinate with the City project manager. 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 • One (1) Public Meeting is assumed. • Twenty Four (24) site visits are assumed. • Four (4) submittal reviews are assumed. • Ten (10) RFI's are assumed. • Three (3) Change Orders are assumed. DELIVERABLES A. Site Visit Reports B. Public meeting exhibits C. Response to Contractor's Request for Information D. Review of Change Orders E. Review of shop drawings F. Final Punch List items G. Record Drawings in digital format City of Fort Worth,Texas Page 18 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 18 of 30 CPN 102497 FORT WORTH 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 and 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. ASSUMPTIONS • Right-of-Way research 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 records, right-of-way takings, easement vacations and abandonments, right-of- way vacations, and street closures. • Accrual of new Right-of-Way will not be required. DELIVERABLES A. N/A City of Fort Worth,Texas Page 19 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 19 of 30 CPN 102497 FORT WORTH 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. ■ 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, 518" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate_ 8.2. DELETED 8.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level D. C, S, and A, as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. City of Fort worth,Texas Page 20 of 30 Attachment A Release Date:07.22.2021 Page 20 of 30 FORT WORTH Quality Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B (includes tasks as described for Quality Level C) City of Fort Worth,Texas Page 21 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 21 of 30 CPN 102497 FORT WORTH • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. ASSUMPTIONS Up to three (3) Level A test holes are included. DELIVERABLES A. Drawing of the project layout with dimensions and coordinate list. B. SUE plan drawings sealed by a professional engineer registered in the State of Texas. City of Fort Worth,Texas Page 22 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 22 of 30 CPN 102497 FORT WORTH TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows: 9.1 Texas Department of Transportation (TxDOT) Permit • Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY and TxDOT review • Submitting revised forms for agency review • Responding to agency comments and requests 9.2 Parkland Conversion • Coordinate with Park and Recreation department • Provide exhibits and plans • Attend Park Board meetings (2 assumed) 9.2. Railroad Permit • Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY review • Submitting revised forms for agency review • Responding to agency comments and requests 9.3 Texas Department of Licensing and Regulation (TDLR) • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. • ENGINEER is responsible for providing plans that are in compliance with TDLR requirements. • Submit construction documents to the TDLR • Completing all TDLR forms/applications necessary • Obtain the Notice of Substantial Compliance from the TDLR • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests City of Fort Worth,Texas Page 23 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 23 of 30 CPN 102497 FORT WORTH All costs associated with TDLR plan review and inspections are to be paid by the ENGINEER during the course of the project. 9.4 DELETED 9.5 Environmental Services The following is the proposed scope of services for the preparation of a Categorical Exclusions (CE) for submittal to Texas Department of Transportation (TxDOT). The Categorical Exclusions will be developed following the TxDOT Standard of Uniformity (SOU) for Categorical Exclusions. Under this scope, it is assumed no new ROW will be acquired as part of this project, however, a parkland conversion might be required to officially dedicate ROW to the existing roadway. If new ROW is required, additional environmental items would be required and a contract amendment would be required. 1. Assistance with setup of Project in TxDOT ECOS System: a. Support TxDOT staff in setting up the project in the TxDOT ECOS system. This involves providing specific project information such as, but not limited to, project limits, depth of disturbances, temporary and permanent easements or ROW required, description of construction activity, local sponsor information, detailed project narrative, and questions relating to specific topics under the Categorical Exclusion review. 2. Specific Areas of Environmental Concern, which will include the following sections: a. Hazardous Materials i. Perform due diligence to identify any hazardous material that would be within the project area or near the project area. This will include a site visit to the project area and search of state and federal databases such as, but not limited to, Leaking Underground Storage Tanks, Above Ground Storage Tanks, RCRA Generator, Landfill programs, National Priorities List, Superfund sites, and Voluntary Cleanup Program. b. Public Involvement/Notice and Opportunity to Comment i. Create public notices to be delivered to affected property owners, assist with any necessary public meetings, and document/respond to all comments received. Comments and responses will be submitted to TxDOT as part of the review. c. Biological Resources i. Investigate the likely presence of Threatened, Endangered, and Species of Greatest Concern and need in the project area. Will include site visit and database review of listed species. Additionally, City of Fort worth,Texas Page 24 of 30 Attachment A Release Date:07.22.2021 University drive from Trail drive to Rosedale Street Page 24 of 30 CPN 102497 FORT WORTH a review of the ecological mapping system will be conducted. As part of TxDOT review and coordination, TPWD consultation may be required. d. Historic Properties i. Include a discussion of the potential impact to historical resources associated with the project area in accordance with the National Historic Preservation Act of 1966 (NHPA). Will include a review of the National Register of Historic Places (NRHP), list of State Archeological Landmarks (SAL), Recorded Texas Historic Landmarks (RTHL), and Official State Historic Landmarks (OSHM). e. Archeological Resources i. Include a discussion of the potential impact to archeological resources associated with the project area in accordance with the N H PA. f. Surface Water Analysis i. Investigate potential impacts to Waters of the US within the project area and determine how those impacts will be permitted under Section 404 of the Clean Water Act. ii. Complete the Surface Water Analysis TxDOT form for TxDOT review. g. Section 4(f) Exception i. Prepare documentation showing the existing roadway usage and acres and coordinate with TxDOT on a 4(f) exception for converting existing parkland into road ROW. This exception is only valid if the existing roadway footprint is not expanded to take land away from Trinity Park. City of Fort Worth,Texas Page 25 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 25 of 30 CPN 102497 FORT WORTH ASSUMPTIONS • Permit preparation will begin after approval of the Conceptual Design. • It has been assumed that no significant environment impacts will be associated with the proposed project and a Categorical Exclusion will provide sufficient environmental documentation under the NEPA process to document this. However, if it is determined that significant environmental impact would occur from the project and an Environmental Assessment is needed, that would be considered additional services. • It is assumed that the project will not result in significant noise impacts to the project area and a detailed noise analysis will not be needed. If it is determined by TxDOT scoping that a significant noise impact would result from the proposed project and a detailed noise analysis is needed, that would be considered additional services. • It is assumed that the project will not result in significant air quality impacts to the project area and a detailed air quality analysis will not be needed. If it is determined by TxDOT scoping that a significant air quality impact would result from the proposed project and a detailed air quality analysis is needed, that would be considered additional services. • It has been assumed that a detailed indirect and cumulative impact analysis would not be required for the proposed project. If it is determined by TxDOT scoping that in fact a detailed indirect and cumulative impact analysis is needed, that would be considered additional services. • It is assumed that the project will not result in impacts to any surface water resources. If it is determined by TxDOT scoping that a significant water resources impact will occur and a Water Resources Evaluation is needed, that would be considered additional services. • It is assumed that a Section 4(f) exception will be valid for this project. If a 4(0 exception is not valid and a De Minimis Determination or Programmatic Evaluation is needed, that would be considered additional services. DELIVERABLES A. Copies of Permit Applications B. Copies of Approved Permits City of Fort Worth,Texas Page 26 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 26 of 30 CPN 102497 FORT WORTH TASK 10. QUALITY CONTROL 1 QUALITY ASSURANCE ENGINEER to provide to the City a Quality Control/ Quality Assurance Plan (QC/QA Plan) outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. ENGINEER is responsible for and shall coordinate all subconsultant activity to include quality and consistency of plans. If, at any time, during the course of reviewing a submittal of any item it becomes apparent to the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may cease its review and return the submittal to the ENGINEER immediately for appropriate action. A submittal returned to the ENGINEER for this reason may be rejected by the CITY Project Manager. 10.1. QC/QA of Survey and SUE Data ■ The ENGINEER's Surveyor shall perform Quality Control/ Quality Assurance on all procedures, field surveys, data, and products prior to delivery to the CITY. The CITY may also require the ENGINEER's Surveyor to perform a Quality Assurance review of the survey and/or subsurface utility engineering (SUE) work performed by other surveyors and SUE providers. ■ ENGINEER's Surveyor shall certify in writing via a letter that the survey information provided has undergone a Quality Control/ Quality Assurance process. • ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a letter that the SUE information provided has undergone a Quality Control/Quality Assurance process. 10.2. QC/QA of Design Documentation • ENGINEER shall perform a QC/QA review of all documents being submitted for review at all stages of the design including the 30%, 60%, and 90% and Final Document design review submittals. QA should be performed by an individual within the firm who is not on the design team_ • ENGINEER is to acknowledge that each item on the Detailed Checklist has been included by checking "done" on the checklist. If a particular checklist item is not applicable, this should be indicated by checking "N/A'. If an entire checklist is not applicable; this should be indicated by checking every item on the list as "N/A" and still included with the submittal. The ENGINEER shall use the Detailed Checklist provided by CITY_ • ENGINEER has solicited the services of outside architecture and design consulting firm to provide insight into and guide design decisions as well has assist in facilitating consensus with major stakeholders for which the this consultant is familiar_ This consultant will additionally provide QA/QC review services of construction documents and plans_ • A Comment Resolution Log must be used to document conflicting comments between reviewers and to highlight comments made by the CITY that the ENGINEER is not incorporating into the design documents along with the City of Fort worth,Texas Page 27 of 30 Attachment A Release Date:07.22.2021 University drive from Trail drive to Rosedale Street Page 27 of 30 CPN 102497 FORT WORTH associated explanation. The ENGINEER shall use the Comment Resolution Log provided by CITY. • The documentation of a QC/QA review includes (1) a copy of the color-coded, original marked-up document (or"check print") developed during the QA checking process and/or review forms which sequentially list documents and associated comments; and (2) a QC sign-off sheet with signatures of the personnel involved in the checking process. Mark-ups may also be documented using the Comment Resolution Log. • Evidence of the QC/QA review will be required to accompany all submittals. Documentation shall include, but is not limited to, the following items: - PDF of the completed Detailed Checklists - PDF of the QC/QA check print of the calculations, plans, specifications, and estimates demonstrating that a review has been undertaken; - PDF of previous review comments (if any) and the ENGINEER's responses to those comments in the Comment Resolution Log. • If any of the above information is missing, is incomplete or if any comments are not adequately addressed; the CITY may contact the ENGINEER and request the missing information. If the ENGINEER does not respond to the request within 24 hours, the CITY shall reject the submittal. No additional time will be granted to the design schedule for a returned submittal. ENGINEER shall plan to recover the lost time with future project milestones remaining unchanged. • If the ENGINEER has not adequately addressed the comments, the submittal shall be rejected and returned to the ENGINEER immediately to address the issues. ASSUMPTIONS • All submittals to the City will be Quality checked prior to submission. • A PDF of the QC/QA documentation will be uploaded to the project folder in the City's document management system (BIM360). DELIVERABLES A. QC/QA documentation City of Fort Worth,Texas Page 28 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 28 of 30 CPN 102497 FART WORTH TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Traffic Traffic Control Control Control Attachment"A` signal Storm Storm Lights (Submit Engineering 30% 60% 90% Water Water [Submit (Submit Type (Submit All 30% 60% All @ All @ (Submit All 30it ) 30% 60%) @ 60%) Required forrballlwork in City Street x x x x X. x x x x Storm Water x x x x x Water 1 Sewer x x x x *If included in street project Clty of Fort Worth,Texas Page 29 of 30 Attachment A Release Date 07.22.2021 University Drive from Trail Drive to Rosedale Street Page 29 of 30 CPN 102497 FORT WORTH 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: • Right of Way Plats and Legals • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • CLOMRs and LOMRs and flood studies. • Hydrology and hydraulic analysis and design for any storm drain improvements. • Services related to disputes over pre-qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth,Texas Page 30 of 30 Attachment A Release Date:07.22.2021 University Drive from Trail Drive to Rosedale Street Page 30 of 30 CPN 102497 ATTACHMENT B COMPENSATION Design Services for University Drive from Trail Drive to Rosedale Street, CPN 102497 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A for an amount not to exceed $1,135,589.00 as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate ($/hour) Project Director $250 Senior Technical Engineer $200 Project Manager $195 Project Engineer $165 Sr. Landscape Architect $215 Landscape Designer $130 Sr. Environmental Scientist $190 Environmental Scientist $150 EIT $135 CADD $135 Administrative $105 Project Surveyor $150 Survey Party Chief $130 Survey Technician $105 Survey Field Assistant $73 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. City of Fort Wor h,Texas Attachment B University Drive from Trail Drive to Rosedale Street PMO Official Release Date:8.09.2012 CPN 102497 Pagel of 4 B-1 ATTACHMENT B COMPENSATION iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end s❑ that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects. in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment_ II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth.Texas Attachment B University Drive from Trail drive to Rosedale Street PMO Official Release Date.5.09.2012 CPN 102497 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount %e Prime Consultant Dunaway Associates, LL.C. Civil, Landscape $786,885.00 69.29% Proposed MBEISBE Sub-Consultants Access By Design TDRL $1,600.00 0.14% CMJ, Inc Geotech $18,179.00 1.60% RIOS, Inc SUE $66,350.00 5.84% Non-MBEISBE Consultants Bennet Partners, Inc Planning $24,375.00 2.15% Kimley Horne Lighting, Traffic $208,200.00 18.33% Stantec, Inc Environmental $30,000.00 2.64% TOTAL $1,135,589.00 100% Project Number& Name Total Fee MBEISBE Fee MBEISBE °Ia 102497 University Drive Improvements $1,135,589.00 $84,529.00 7.4%v —Phase II City MBEISBE Goal = O% Consultant Committed Goal = 0% City of Fort Worth,Texas Attachment 6 University Drive from Trail Drive to Rosedale Street PMO Official Release Date:8.09.2012 CPN 102497 Page 3 of 4 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth,Texas Attachment B University Drive from Trail Drive to Rosedale Street PMO Official Release Date:8.09.2012 CPN 102497 Page 4 of 4 B-4 a i a s�IL a --- --- --- -- - ----- --- T ]T IMF a m Py B a P88S� age a� w� m� ., :�P 9aPa^�"s adamA� a 9 r w E LL ti Y f E a 2 z �p Q E s F e - S^ � § �) ! . . . . . . � ! ! ! | .!; !| . ; f! _ . :.. .. .. .:. . ..... !| � f� ! . ... . .. .. .. ..... ..... !| ! t - ` - '!!\)! .!„ 1..=! !!: , - . •!<,! ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for University Drive from Trail Drive to Rosedale Street City Project No. 102497 The following language is incorporated into the contract to comply with Federal funding requirements: Debarment and Certification The ENGINEER certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal, state, or local department or agency. Disadvantaged Business Enterprise (DBE) Requirements It has been determined that DBE requirements will NOT apply to this project. The ENGINEER may include and identify team members who have prior experience working on TxDQT projects with DBE goals. It is the policy of TxDQT to encourage the participation of DBEs, historically underutilized businesses, women owned business enterprises and minority business enterprises in all facets of the business activities of TxDOT, consistent with applicable laws and regulations. The DBE goal for this project will be 0 %. Professional State Licensure and Certifications The ENGINEER has the required professional and licensure qualifications as defined by the State of Texas to execute the proposed development project. Federal Acquisition Regulation (FAR) Compliance All federally funded projects must comply with the Federal Acquisition Regulation standards. Since this project will be funded through federal and state funds compliance with FAR standards will be required. In order to be awarded this contract under this RFQ, the responding firm must have an indirect cost rate that has been updated on an annual basis in accordance with the consulting firm' s annual accounting period and in compliance with Federal cost principles as outlined in 23 CFR Section 172. Title Vl Assurance The ENGINEER shall comply with the regulations relative to nondiscrimination in all federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21. During the procurement of the contract agreement ENGINEER shall not discriminate on the grounds of race, color, or national origin in assurance of Title VI of the Civil Rights Act of 1964. City of Fort Worth,Texas Attachment C PM Release Date-05.19.2010 University Drive from Trail Drive to Rosedale Street Page I of I CPN 102497 FORT WORTH ATTACHMENT "D" PROJECT SCHEDULE A. ENGINEER Project Schedule Development ENGINEER shall prepare a project schedule for the services to be provided in fulfilling the requirements of the Agreement and encompassing the Scope of Work defined in Attachment A to the Agreement. ENGINEER shall prepare and maintain project schedule throughout the life of the project as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for planned sequencing of the work activity and timing of the work. B. Schedule "Tier" Selection City has identified three "Tier" levels for project schedules as defined in City's Specification 00 31 15, to align with the size and complexity of the project as a basis for schedule development. City's Project Manager will determine the "Tier" level for the ENGINEER's project schedule as part of the negotiation of the Agreement. C. Project Baseline Schedule ENGINEER will produce an initial project schedule and submit as a "baseline" for review and acceptance by City's Project Manager as defined in City's Specification 00 31 15 which will be referred to as the Project Baseline Schedule. Updates to the baseline schedule follow the requirements of City's Specification 00 31 15. D. Project Progress Schedule ENGINEER will provide to the City, monthly updates to their project schedule indicating progress of the Work in compliance with the requirements of City's Specification 00 31 15 and said schedule will be referred to as the Project Progress Schedule. E. Master Project Schedule City will develop and maintain a master project schedule for the overall project. ENGINEER's project baseline and progress schedule submittals will be an integral part of the development and updating process of City's Master Project Schedule. City of Fort Worth,Texas Attachment D Revision Date:07.20.2018 University Drive from Trail Drive to Rosedale Street Page 1 of 1 CPN 102497 3 Q ] t Z rro N � 2 N dl N O .`e o IsN -g S o m E g a f Z P4 7 tC. e Q a vs E � 4 �c _ c a e $ 6 3 u Y7 a a LL LL LL LL LL LL 3 3 3 3 3 3 3 .LL LL LL LL u LL 3 3 iE iELL 3 3 3 3 3 3 N m mNm N N N ry m m m m m a [� m m rl o o O n n e\i m m m 4 t E E 8i � � m LL f � � � 3 � 3 t � 3 � a o 'o - ° d d mo ; z a - w p N '" o ` O ,' p a m o n o _r r w E a Y r o o 0._ - - a ae - � o E � 0 t m ro N v� o E � � � ` E � ti 1 a c a 4 N° a a�M� o - ° $oL g - LL •e m .]o � a m � `o a � � � o - .�; N .Q; .m; ti - H ry N In a m u ;IS o V E C d r LL e e e e d n e vi e s a n ry m st4 m rri a v „ d v v n .. .. .. .. .. LL ti .. .. - .. .. .�i ti .. d 0 7� o 0 3 lo Z a e � = $m ` E 111 o 'a = a 'Y5Y a N � 8 e ° LE. 0 r V SE 2 _ � o ; s u $ O it .2 i'. E u° o _ � o` E Q � N � r � g S 3 � � r 1 s = a � $e $ a 3 3 3 3 3 3 LL 3 3 3 3 3 3 3 LL LL LL f LL LL LL LL LL LL s .LL LL u LL Eaf LL LL w� o m 4 a a m 9 n V L a A a O o - r $ - — MCI u° E c ' u° o o 12 ,.oY '¢ a ' cef u° ua3 .` au° = E a m � N � r . M H y m 0 7 ATTACHMENT E UNIVERSITY DRIVE FROM TRAIL DR. TO ROSEDALE ST. FORT WORTH CSJ: 0902-90-169 CPN: 1O2497 PROJECT LOCATION MAP MAPSCO 75 E J AF DUNAWAY n looa SM k t.y Awum•AAh/R7•Fort WorN%Tom=76107 Wt 017-MV 121 GRAPHCSCALE NFEET Ox EEG,F•11141 >illl�t W LAN CASTER AVE' W LANCASTER AVC cit z� r � l BECIN PROJECT 43; ` e Q� TRINITY PARK �44 i4w E� o 41 FORT WORTH „' BOTANIC GARDENCD $ � ly h• a • M � ` 54 END PROJECT �„ , EXHIBIT F CITY OF FORT WORTH STANDARD INSURANCE REQUIREMENTS (1) INSURANCE LIMITS a. Commercial General Liability — Insured shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance as follows: $1,000,000 each occurrence $2,000,000 aggregate If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this Project or location. i. City shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to City. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual; personal injury, or advertising injury, which are normally contained within the policy, unless City specifically approves such exclusions in writing. ii. Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with Agreement. b. Business Auto — Insured shall maintain business auto liability and, if necessary, commercial umbrella liability insurance as follows $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos; when said vehicle is used in the course of Insured's business and/or the Project. If Insured owns no vehicles, coverage for hired or non-owned autos is acceptable. Insured waives all rights against City and its agents,officers,directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by Insured pursuant to this Agreement or under any applicable auto physical damage coverage. CFW Standard Insurance Requirements Page 1 of 3 Rev.5.04.21 University Drive from Trail Drive to Rosedale Street CPN 102497 C. Workers' Compensation— Insured shall maintain workers compensation and employer's liability insurance and, if necessary, commercial umbrella liability insurance as follows: Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Insured waives all rights against City and its agents,officers,directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by Insured pursuant to this Agreement. d. Professional Liability (Errors & Omissions) — Insured shall maintain professional liability insurance as follows: $1,000,000 - Each Claim Limit $2,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be written on a claims-made basis, and maintained for the duration of the contractual agreement and for five (5) years following completion of services provided. The policy shall contain a retroactive date prior or equal to the Effective Date of the Agreement or the first date of services to be performed, whichever is earlier. An annual certificate of insurance shall be submitted to City to evidence coverage. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that Insured has obtained all required insurance shall be attached to Agreement concurrent with its execution.Any failure to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. b. Applicable policies shall be endorsed to name City as an Additional Insured, as its interests may appear, and must afford the City the benefit of any defense provided by the policy. The term City shall include its employees, officers, officials, and agents as respects the contracted services. Applicable policies shall each be endorsed with a waiver of subrogation in favor of City with respect to the Project. c. Certificate(s) of insurance shall document that insurance coverage limits specified in this Agreement are provided under applicable policies documented thereon. Insured's insurance policy(s) shall be endorsed to provide that said insurance is primary protection and any self-funded or CFW Standard Insurance Requirements Page 2 of 3 Rev. 5.04.21 University Drive from Trail Drive to Rosedale Street CPN 102497 commercial coverage maintained by City shall not be called upon to contribute to loss recovery. Insured's liability shall not be limited to the specified amounts of insurance required herein, d. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. City must approve in writing any alternative coverage for it to be accepted. e. A minimum of thirty (30) days' notice of cancellation or material change in coverage shall be provided to City. A ten (1 a)days'notice shall be acceptable in the event of non-payment of premium. f. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A VII or equivalent measure of financial strength and solvency as determined by the City's Risk Management division. g. Any deductible or self-insured retention in excess of $25.000 that would change or alter the requirements herein is subject to approval in writing by City, if coverage is not provided on a first-dollar basis. City, at its sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources orletters of credit may also be acceptable to City. h. In the course of the Agreement, Insured shall report, in a timely manner, to City's Risk Management Department with additional notice to the Contract Compliance Manager, any known loss or occurrence which could give rise to a liability claim or lawsuit against City or which could result in a property loss. i. City shall be entitled, upon its request and without incurring expense, to review Insured's insurance policies including endorsements thereto and, at City's discretion, Insured may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims- made basis, shall contain a retroactive date coincidentwith or prior to the date of this Agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis. shall be maintained without interruption nor restrictive modification or changes from date of commencement of the Project until final payment and termination of any coverage required to be maintained after final payments. I. City shall not be responsible for the direct payment of any insurance premiums required by Agreement. m. Subcontractors of Insured shall be required by Insured to maintain the same or reasonably equivalent insurance coverage as required for Insured. Upon City's request. Insured shall provide City with documentation thereof. CFIN Standard Insurance Requirements Page 3 of 3 Rev.5.04.21 University Drive from Trail Drive to Rosedale Street CPN 102497 M&C Review Page 1 of 3 Offidal site of the City of Fart Worth,Texas CITY COLT N CI L AGENDA FoRT�rlI Create New From This M&C REFERENCE **M&C 22- 2022 UNIVERISTY DR. FROM DATE: 9/27/2022 NO.: 0770 LOG NAME: TRAIL DR, TO W. ROSEDALE ST. CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 7 and CD 9) Authorize Execution of an Engineering Services Agreement with Dunaway Associates, LLC in an Amount Not to Exceed $1,135,589.00 for the University Drive from Trail Drive to West Rosedale Street Project RECOMMENDATION: It is recommended that the City Council authorize execution of an engineering services agreement with Dunaway Associates, LLC for design services, environmental clearance, utility coordination and construction assistance services for the University Drive from Trail Drive to West Rosedale Street Project (City Project No. 102497) in an amount not to exceed $1,135,589.00. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize an engineering services agreement with Dunaway Associates, LLC. This agreement will provide for engineering services required to produce design plans, environmental impact study, cost estimates, bidding services, and construction management for the construction of the University Drive from Trail Drive to West Rosedale project_ On June 8, 2021, an Advance Funding Agreement(AFA) (M&C 21-0403) with Texas Department of Transportation (TXDOT) was authorized by City Council in the amount of$8,083,595.00, with $7,699,106.00 in Federal funds, and $1,616,719.00 of City participation provided by Transportation Development Credits, for the University Drive from Trail Drive to West Rosedale Street project. To meet the Federal requirements, a Request for Qualifications (RFQs) process was conducted to select an engineering firm. This RFQs was advertised in both Fort Worth and Dallas newspapers in January 2022. On February 17, 2022, the City received seven (7) Statement of Qualifications (SOQs) from firms across Dallas-Fort Worth metroplex. A panel of four staff members from Transportation and Public Works reviewed the SOQs. A condition of receiving the federal funds for design is the requirement for a "two-step" RFQ process. The Initial Step 1 ranking was based on the written responses provided by the engineering firms. The top three firms from Step 1 were selected for in- person interview/presentations. Scoring for Step 2 is solely based on the in-person interview/presentation. The three highest ranked firms were selected for interviews were Dunaway Associates, LLC, Aguirre and Fields, LP, and Pacheco Koch Consulting Engineers, Inc. Engineering Firm Final Step 2- Interview Rankin Dunaway Associates, LLC 1 Aquirre and Fields, LP 2 Pacheco Koch Consulting Engineers. Inc. 3 r http://apps.cfwnet.org/council_packet/mc review.asp?ID=30320&councildate=9/27/2022 9/28/2022 M&C Review Page 2 of 3 Engineering Firm Initial Step 1-1RFQ Ranking Aguirre and Fields, LP 1 Pacheco Koch Consulting Engineers, Inc. 2 Dunaway Associates, LLC 3 Halff Associates, Inc. 4 Cobb, Fendley&Associates, Inc. 5 EJES, Inc. 6 Peloton Land Solutions 7 Dunaway Associates LLC was ranked the highest after the interview process was completed. Documentation was submitted to TXDOT for approval on May 22, 2022 and the City obtained authorization to begin contract negotiations on May 28, 2022.After negotiations were completed the City obtained authorization from TXDOT on August 2, 2022 to award the engineering contract. The project scope includes sidewalks wayfinding signage, traffic signal and illumination improvements, ADA accessible bus stops and landscaped medians with irrigation. The AFA approves funding for design, construction, local government project management and state direct costs for the project. The anticipated construction bid date is Fall 2025. Business Equity: Compliant to the Business Equity Ordinance no Goal was set by DAN because it is a Texas Department of Transportation (TXDOT) project. This project is located in Council District 7 and 9. FISCAL INFORAIIATIONICERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Grants Cap Projects Federal Fund for the University Drive from Trail-Rosedale project to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FR M Fund Department Account Project Program Activity Budget Reference# ID I ID Year E(Chartfleld 2) Amount Submitted for City Manager's Office by: William Johnson (5806) Orininatina Department Head: Lauren Prieur (6035) Additional Information Contact: Monty Hall (8662) ATTACHMENTS Form 1295.pdf (CFW Internal) Funds availability 102497.PNG (CFW Internal) http://apps.cfwnet.org/council_packet/me review.asp?ID=30320&councildate=9/27/2022 9/28/2022 102497 -EPAG-University Drive from Trail Drive to Rosedale Street Final Audit Report 2022-10-18 Created 2022-10-11 By: Andrea Munoz(Andrea.Munoza@fortworthtexas.gov) Status: Canceled 1 Declined Transaction ID: CBJCHBCAABAAd3eEmfEPmpASj7VU6fOa6yrCZSxeF ❑P "102497 -EPAG-University Drive from Trail Drive to Rosedale St reet" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2022-10-11-5:15:57 PM GMT-IP address:204.10.91.100 Document emailed to mohammad.khan@fortworthtexas.gov for approval 2022-10-11-5:38:04 PM GMT Document emailed to cwilde@dunaway.com for signature 2022-10-11-5:38:04 PM GMT Document emailed to Leon.Wilson@fortworthtexas.gov for signature 2022-10-11-5:38:04 PM GMT I7 Document emailed to Sophia.Gatewood@fortworthtexas.gov for approval 2022-10-11-5:38:04 PM GMT Email viewed by cwilde@dunaway.com 2022-10-11-5:38:11 PM GMT-IP address:195.154.17.225 Email viewed by Leon.Wilson@fortworthtexas.gov 2022-10-11-5:41:24 PM GMT-IP address:209.194.29.100 Signer Leon.Wilson@fortworthtexas.gov entered name at signing as Leon Wilson, Jr. 2022-10-11-5:42:00 PM GMT-IP address:209.194.29.100 p Document e-signed by Leon Wilson, Jr. (Leon.Wilson@fortworthtexas.gov) Signature Date:2022-10-11 -5:42-02 PM GMT-Time Source:server-IP address:209.194.29.100 Email viewed by Sophia.Gatewood@fortworthtexas.gov 2022-10-11-5:44:44 PM GMT-IP address:209.194.29.100 FORT WORTH.. Powered ny Adobe Acrobat Sign Signer Sophia.Gatewood@fortworthtexas.gov entered name at signing as Sophia Gatewood 2022-10-11-5:45:25 PM GMT-IP address 209.194.29.100 4 Document approved by Sophia Gatewood (Sophia.Gatewood@fortworthtexas.gov) Approval Date:2022-10-11-5:45.27 PM GMT-Time Source:server-IP address:209.194.29.100 Email viewed by mohammad.khan@fortworthtexas.gov 2022-10-11-6:38:28 PM GMT-IP address:209.194.29.100 Signer mohammad.khan@fortworthtexas.gov entered name at signing as Zeeshan Khan 2022-10-11-6:38:51 PM GMT-IP address:209.194.29.100 Document approved by Zeeshan Khan (mohammad.khan@fortworthtexas.gov) Approval Date:2022-10-11-6:38:52 PM GMT-Time Source:server-IP address:209.194.29.100 Email viewed by cwilde@dunaway.com 2022-10-12-7:06:17 PM GMT-IP address:172.56.89.173 Signer cwilde@dunaway.com entered name at signing as Chris Wilde 2022-10-12-7:08-29 PM GMT-IP address: 172.56.89.173 C o Document e-signed by Chris Wilde (cwilde@dunaway.com) Signature Date:2022-10-12-7:08:30 PM GMT-Time Source:server-IP address:172.56.89.173 r Document emailed to Raul.LopezRoura@fortworthtexas.gov for filling 2022-10-12-7:08:33 PM GMT Email viewed by Raul.LopezRoura@fortworthtexas.gov 2022-10-14-11:23:48 PM GMT-IP address:204.10.91.100 �I Email viewed by Raul.LopezRoura@fortworthtexas.gov 2022-10-17-9:43:10 PM GMT-IP address:209.194.29.100 i' Email viewed by Raul.LopezRoura@fortworthtexas.gov 2022-10-18-2:34:52 PM GMT-IP address:209.194.29.100 Document declined by Raul.LopezRoura@fortworthtexas.gov Decline reason:Attachment 8 does not have rates for year 2023(column is blank).Revised contract to do away with different rates every year. 2022-10-18-2:40:25 PM GMT-IP address:209.194.29.100 FORT WORTH.. Powered ny Adobe Acrobat Sign 102497 -EPAG-University Drive from Trail Drive to Rosedale Street Interim Agreement Report 2022-10-19 C,cated 2022-10-18 By: Andrea Munoz(Andrea.Munoza@fortworthtexas.gov) Status: Out for Filling Transaction Id: CBJCHBCAABAA5LuTwtgv3dWff80islwCbS8KbIMGnOBT Agreement History Agreement history is the list of the events that have impacted the status of the agreement prier to the final signature.A final audit report will be generated when the agreement is complete. "l 02497 -EPAG-University Drive from Trail Drive to Rosedale St reet" History � Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2022-10-18-4:58:33 PM GMT-IP address:204.10.91.100 Document emailed to Raul.LopezRoura@fortworthtexas.gov for filling 2022-10-18-5:10:01 PM GMT Email viewed by Raul.LopezRoura@fortworthtexas.gov 2022-10-18-5:33:02 PM GMT-I address:209.194.29.100 FORT WORTI-I_.. "I"d by Adobe Acrobat Sign