Loading...
HomeMy WebLinkAboutContract 48205 Revised This 15 2. Aot 7 CITY 19EX 'g V F. b CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Brown & Gay Engineers, Inc., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Big Fossil Creek Parallel Relief Sanitary Sewer Main M-402A, Phase 2. Article Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation shall be in the amount of $810,000.00 as set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services HL,ItL ��� © Revised Date:9/24/2014 t{-�+�� ``r�IIe Page 1 of 16 (n4vY ISEURH�L IR 1 uvtt'o Yrtt'Uwawv 5i' � CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 2 of 16 test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 3 of 16 fy observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 4 of 16 H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/2412 0 1 4 Page 5 of 16 reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/2412 0 1 4 Page 6 of 16 officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 7 of 16 e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 8 of 16 equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. 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. P. Schedule City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 9 of 16 ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/2412 0 1 4 Page 10 of 16 The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 11 of 16 shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 12 of 16 A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 13 of 16 submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 14 of 16 J. 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. K. 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. Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B — Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 15 of 16 Executed and effective this theay of ,2016. BY: BY: CITY OF FORT WORTH ENGINEER Brown & Gay Engineers, Inc., Carl J. ro •ness . E. Jesus J. Chapa Director, Public Works Assistant City Manager O/WL'i/t Date: e�- Date: APPROVAL RECOMMENDED: By: l��7z 11,5;? Christopher Harder, P.E. Acting Assistant Director, Water Department APPROVED AS TO FORM AND M&C No.: C-27913 LEGALITY _ M&C Date: September 13, 2016 By: 0?=- Douglas W. Black Senior Assistant City Attorney ATTEST: F° a Mary J. K r City Secre ry %0Q0000oo°° City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services h h ; 6 Revised Date:9/24/2014 N I'' +'n M s Ef�\G�L 11 Page 16 of 16 __ ATTACHM ENT A DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 ATTACHMENT A Scope for Engineering Desiqn Related Services for Sanitary Sewer Improvements DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402, PHASE 2 CITY PROJECT NO.: 02702 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. Scope: 8,800 linear feet of 66-inch relief Sanitary Sewer main (M-402) that will generally parallel to the existing 54-inch sanitary sewer main located on the west of Big Fossil Creek in Haltom City. The new main will start from the north end of the Phase 1 project cross State Highway 121 and the THE railway tracks and end near Broadway Avenue. Two new meters will be designed as part of the project between Broadway Avenue and S.H. 183. Work will also include abandonment of approximately 7,900 linear feet of 20 to 36-inch TCWSC sewer main and bank stabilization of existing Big Fossil Creek at the existing siphon crossing north of Belknap Street. WORK TO BE PERFORMED Task 1. Design Management Task 2. Route Study Task 3. Conceptual Design Task 4. Preliminary Design Task 5. Final Design Task 6. Bid Phase Services Task 7. Construction Phase Services Task 8. ROW/Easement Services Task 9. Survey and Subsurface Utility Engineering Services Task 10. Meter Stations Design Task 11. Environmental Assessment Task 12. Permitting Task 13. Abandonment of Existing TCWSC Line Task 14. Plan Submittal Checklists TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall: ■ Manage change, City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 ■ Communicate effectively, ■ Coordinate internally and externally as needed, and ■ Proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. Invoices will include a summary of changes corresponding to the LOE Exhibit B- 2. • Prepare and submit monthly progress reports in the format provided or approved by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. ENGINEER anticipate coordination with the following: a) Haltom City b) City of North Richland Hills c) City of Richland Hills d) Texas Department of Transportation (TxDOT) e) The Fort Worth Transportation Authority (TRE) f) Texas Water Development Board (TWDB) g) Texas Parks and Wildlife Department(TPWD) h) U.S. Fish and Wildlife Service (USFWS) i) Federal Emergency Management Agency (FEMA) or Lead Federal Agency j) U.S. Army Corps of Engineers (USACE) - Fort Worth District • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 22 ATTACHMENT A DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402,PHASE 2 CITY PROJECT NO.:02702 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 • 18 MWBE reports will be prepared • 5 meetings with city staff • 18 monthly water department progress reports will be prepared • 8 monthly project schedule updates will be prepared • Regulatory Approval required from: a) TWDB b) TPWD c) USFWS d) FEMA e) USACE • Agency coordination with the following entities: a) Haltom City b) City of North Richland Hills c) City of Richland Hills d) Texas Department of Transportation (TxDOT) e) The Fort Worth Transportation Authority, The T (TRE) DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly MWWBE Report Form and Final Summary Payment Report Form City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402,PHASE 2 CITY PROJECT NO.:02702 G. Plan Submittal Checklists (See Task 12) TASK 2. ROUTE STUDY. The purpose of the route study design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives that enhance the system, ■ Present (through the defined deliverables)these alternatives to the CITY ■ Recommend the alternatives that successfully addresses the design problem, and ■ Obtain the CITY's endorsement of this concept. 2.1. Review CITY provided flow projection for the proposed 66-inch sanitary sewer to assess the size and capacity of the proposed sanitary sewer; 2.2. The ENGINEER will evaluate 2 alternatives for routes selection and construction techniques for consideration and determine the most appropriate for the project; 2.3. The proposed alternatives will include the crossing of Big Fossil Creek and any required manholes or junction boxes. 2.4. ENGINEER will prepare plans for potential access routes for heavy equipment and by-pass pumping or flow diversion. 2.5. ENGINEER will prepare conceptual opinion of probable construction costs for each of the 2 alternatives. 2.6. The final recommended alignment shall have the projected easement costs developed for the recommendations. TASK 3. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the conceptual design of the infrastructure as follows. 3.1. Data Collection • In addition to data obtained from the CITY and Haltom City, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), Master Plans (CITY and Haltom City), and property ownership as available from the Tax Assessor's office. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 • 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. 3.2. Coordination Meetings • The ENGINEER shall set and attend up to six (6) coordination meetings with the City of Haltom City and/or Haltom City Economic Development Corporation for the development of the proposed alignment. • The ENGINEER shall set and attend up to four(4) coordination meetings with the City of Richland Hills for the development of the proposed-alignment. • The ENGINEER shall set and attend up to two (2) coordination meetings with the City of North Richland Hills for the development of the proposed alignment. • The ENGINEER shall set and attend four(4) coordination meetings with TxDOT for a review of the proposed alignment across TxDOT ROW prior to submitting plans for permit approval. • The ENGINEER shall set and attend four(4) coordination meetings with the T (TRE) for a review of the proposed alignment across the T (TRE) ROW prior to submitting plans for permit approval. 3.3. Geotechnical Investigations • Provide for and coordinate geotechnical investigation required for design of the PROJECT; • Drill, classify, and perform pertinent tests on soils at twelve (12) locations for a total of 400 vertical feet along final selected pipeline routes. If number of borings required or if average boring depth exceeds these values, additional compensation may be required as SPECIAL SERVICES; • CITY will assist the ENGINEER to arrange for and provide access to private property if necessary for soil borings. If reasonable access is not available to selected sites, or if any tracked or other special vehicles are needed for site access, additional compensation may be requested as SPECIAL SERVICES; and • Prepare a report containing recommendations regarding surface conditions, soil and geologic conditions along proposed pipeline alignments, excavation considerations, anticipated settlement, compaction, fill and trench protection requirements, and bore requirements. Provide five (5) copies of geotechnical investigation summary report for CITY'S records. ASSUMPTIONS • 12 Geotechnical borings are expected for this project. DELIVERABLES A. Geotechnical Data Report. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 5 of 22 ATTACHMENT A DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 TASK 4. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 4.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet • Index of Drawings, Legend and Abbreviation Sheet. • General Construction Notes Sheet. • Sanitary Sewer Pipeline Construction Notes. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall proiect easement layout sheet(s)with property owner information. Approved access routes will also be shown indicating conditions of approval. • Overall proiect sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Overall sanitary sewer abandonment sheet. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft. of plan/profile sheet—two or more. • Bearings given on all proposed centerlines, or baselines. • Plan and profile sheets which show the following: proposed sanitary sewer plan/profile and recommended pipe size, manholes, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. (Scale 1"=40') City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 6 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 • The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering (SUE investigation has been performed). The Level A SUE will be performed; (1) by the ENGINEER if included in the fee proposal; or(2) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or(3) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options, the ENGINEER shall propose appropriate de- hole locations in the project and collect flow line elevation and other applicable information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • Provide map showing location of new manhole construction at the end of existing sewer segments, 90 degree bends, or tee connections. Site survey or specific design plans for manhole construction is not included as part of the scope. The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. manhole construction. • The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. • Provide the design for a proposed siphon under Big Fossil Creek including applicable details and design calculations. • In order to protect existing infrastructure, design will include bank stabilization measures of Big Fossil Creek near the existing siphon crossing north of Belknap Street in Haltom City. • Provide structural design for two (2) proposed conventionally reinforced structures at a proposed siphon under Big Fossil Creek, two (2) proposed meter vaults to replace existing meter vaults and two (2) proposed conventionally reinforced concrete diversion structures. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 7 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 • The ENGINEER shall prepare the OPCC and the Bid Proposal and separate it into the sections that are cost shared per inter-local agreement with wholesale customer cities. Items that are specifically excluded from SRF Funding participation shall be listed separately in the Bid Form. 4.2. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 4.3. Quality Assurance Quality Control (QA/QC). 4.4. Traffic Control Plan • Standard Traffic Control configurations posted as "Typicals" on the CITY's Buzzsaw website and any standard Traffic Control details for the City of Haltom City, the City of North Richland Hills, and the City of Richland Hills will be used for this project. The "typicals" need not be sealed individually, if included in the sealed contract documents. • Contractor to develop supplemental traffic control drawings as needed for review and approval by the following agencies TxDOT, Haltom City, City of North Richland Hills and City of Richland Hills. These drawings shall be sealed by a professional engineer registered in the State of Texas. • Specifications for Traffic Control Plan requirements for Contractor will be provided. • Coordinate and include appropriate TxDOT and Railroad (DART) Standard Traffic Control Details. ASSUMPTIONS • 3 public meeting(s) will be conducted or attended during the preliminary design phase. • Traffic Control "Typicals"will be utilized. • 5 sets of full size plans will be delivered for the Constructability Review. • 5 sets of full size plans will be delivered for the Preliminary Design (60% design). City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 8 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402,PHASE 2 CITY PROJECT NO.;02702 • 5 sets of specifications will be delivered for the Preliminary Design (60% design). • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • 13 sets of half size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Traffic Control Documents required for permitting and Traffic Control Specifications D. Opinion of probable construction cost E. . TASK S. FINAL DESIGN (90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. • Quality Assurance Quality Control (QA/QC). ASSUMPTIONS City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 9 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 • 8 sets of half size drawings and 5 sets of full size drawings and 5 specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 5 sets of full size drawings and 5 specifications will be delivered for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 6. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 6.1. Prepare Bid Advertisement and advertising dates per TWDB requirements. 6.2. Obtain TWDB approval prior to advertising. 6.3. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in an .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The Awf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 10 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402,PHASE 2 CITY PROJECT NO.:02702 • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders' questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY and invite all stakeholders. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. 6.4 Final Design Drawings 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-'1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf 11. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36"shall be the total number of sheets in this file. Example: X-12755_org18.pdf City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 11 of 22 ATTACHMENT A DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Buzzsaw. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956_SHT01.dwg", "W 1956—SHT02.dwg", etc. II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155_SHT01.dwg", "X-12755—SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 15 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 14 sets of half size and 9 sets of full size drawings plans and 11 specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Approved Advertisement B. Addenda C. Bid tabulations D. CFW Data Spreadsheet E. Recommendation of award TASK 7. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. City of Fort Worth,Texas Attachment A PMO Release Date:08,1.2014 Page 12 of 22 ATTACHMENT A DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402,PHASE 2 CITY PROJECT NO.:02702 7.1 Construction Support • Incorporate all addenda into the contract documents and issue conformed sets. • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project. exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list 7.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may City of Fort Worth,Texas Attachment A PMO Release Date:08.1,2014 Page 13 of 22 ATTACHMENT A DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: 1. Water and Sewer file name example — "X-35667_rec36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, °`_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755—recl8.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. ASSUMPTIONS • 12 Periodic Site Visits. • 8 RFI's are assumed. • 20 Shop drawings reviews. • _2_Change Orders are assumed. • One copy of full size (22"x34") mylars will be delivered to the CITY. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings on Mylar TASK 8. 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. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 14 of 22 ATTACHMENT A DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 8.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way, easements 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. 8.2. Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM for real property acquisition. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 8.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare and submit Temporary Right of Entry documents for landowners to CITY PM for real property acquisition. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • 20 Easements or right-of-way documents will be necessary. • __A_Temporary right-of-entry documents will be necessary. • Right-of-Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary Right of Entry Letters City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 15 of 22 ATTACHMENT A DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 TASK 9. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 9.1. 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) A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: • The following information about each Control Point; (a) Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) (b) X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. (c) Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control • No less than two horizontal bench marks, per line or location. • Bearings given on all proposed centerlines, or baselines. • Provide ownership research and obtain copies of deeds, subdivision plants and right-of-way maps as required to develop the existing property/right-of-way lines. Prepare Permit-to-Survey Letters and obtain permission from the owner of each affected property to perform survey. If property owners fail to approve within three weeks from receipt of permission letter, CITY will be given a list of those property owners to pursue other avenues of obtaining access. • Stake twelve (12) bore holes for the geotechnical engineer and vertically and horizontally locate the bore holes no more than two (2) weeks after drilling is completed. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 16 of 22 ATTACHMENT A DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402,PHASE 2 CITY PROJECT NO.:02702 • Locate all existing trees along the proposed pipeline alignment. The survey would include locating all trees within the project limits, obtaining accurate diameter sizes and common species. 9.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare and submit a Temporary Right of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 9.3. Subsurface Utility Engineering Provide specific contact information for each utility expected to be crossed or affected by the project and; Provide Subsurface Utility Engineering (SUE) to Quality Level C as described below for the length of the full length of the pipeline alignment. The SUE shall be performed in accordance with Cl/ASCE 38-02. Quality Level D (QU DI • 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. Quality Level C (QL "C") (includes tasks as described for Quality Level D) • Includes tasks as described for Quality Level D. • Identify from survey visible above-ground features of subsurface utilities such as valves, hydrants, meters, manhole covers and others. Quality Level B (QL"B") Quality Level B, also known as designating, provides the horizontal position of subsurface utilities within approximately one foot. • Obtain two-dimensional (x,y) information through the application and interpretation of non-destructive surface geophysical methods. In addition to the Level C and B, provide Subsurface Utility Engineering (SUE)to Quality Level A as described below for up to 20 locations. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 17 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402,PHASE 2 CITY PROJECT NO.:02702 Quality Level A (QL "A") Quality Level A, also known as locating, provides precise horizontal and vertical positioning of utilities within approximately 0.05 feet. • Obtain three-dimensional (x,y,z) utility information utilizing non-destructive vacuum excavation equipment to expose utilities at critical points which are then tied down by surveying. ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. C. SUE Sheets TASK 10. METER STATIONS DESIGN • Prepare site plan layout for proposed meter replacement for two (2) meter stations locations; • Prepare structural design drawings for the proposed flow meter manholes/vaults and other necessary appurtenances, i.e. antenna or control panel; • Prepare details and specifications for the proposed flow meters including plan, profile and cross sections; • Prepare electrical design drawings and specifications for the two (2) proposed meter vaults meter including radio telemetry and other SCADA requirements; and • Prepare opinions of Probable Construction Costs. • Quality Control Review meetings for the meter station design will be included in the general review meetings. - TASK 11. ENVIRONMENTAL ASSESSMENT Prepare an Environmental Information Document (EID) for submittal to the TWDB and other agencies for the Big Fossil Creek Parallel Relief Sanitary Sewer Main M-402, PHASE 2. All tasks required to produce the written EID will be performed in accordance with the most recent version of the Texas Water Development Board (TWDB) guidance document TWDB- City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 18 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402,PHASE 2 CITY PROJECT NO.:02702 0801. The proposed of work entails the following activities necessary for developing the EID: • Prepare a general information section describing general information pertinent to the PROJECT and a PROJECT description; • Prepare maps identifying the locations of the facilities for each resource report developed for the EID; • Prepare attachment documentation to support information for EID including a soils and farmland evaluation, biological, wetlands, streams, Waters of the US (WOTUS), cultural resources, hazardous materials reports, and the development of social and environmental justice studies; • Prepare draft EID report to include environmental settings and their impacts and mitigation, a discussion of secondary and cumulative impacts, and a discussion regarding standard mitigation, precautionary measures, and Best Management Practices (BMP). • Prepare and deliver seven (7) copies of the draft EID and PDF to the CITY for review; • Upon receipt of comments from the CITY, furnish ten (10) draft final copies of the EID. Prepare a public notice of the public meeting and public hearing for publication by the CITY in local newspaper (Publication cost will be borne by the CITY). Notices will be approved by the CITY and the TWDB prior to publication. The CITY will obtain the publisher's affidavit verifying publication of the notice. The CITY will provide to the ENGINEER copies of any telephone memos or written comments received by the CITY; • ENGINEER will assist in coordinating with the Agencies required to complete the EID (eg: TWDB, TPWD, USFWS, FEMA, USACE, THC) • ENGINEER will assist in coordinating and CITY will lead a public hearing. ENGINEER will provide a transcript of the public hearing. • Address comments received from the public and the coordinating agencies in the final EID. Copies of all correspondence received from the public and the above agencies will be included in an appendix to the draft final EID. Provide seven (7) copies of the FINAL EID to the CITY and a PDF. ASSUMPTIONS • EID will follow TWDB EID format as of October 2015. • Appendix B4 (Cultural Resources)will consist of a letter to THIS requesting concurrence with "no survey required, project may proceed." Any archeological or cultural surveying will be out of scope for this project and will not be performed. • Clean Water Act compliance will be achieved through a Nationwide Permit without a pre- construction notification (PCN). City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 19 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M•402,PHASE 2 CITY PROJECT NO.:02702 • Appendix B5 (Hazardous Materials)will be an ASTM E1527-13 Phase I Environmental Site Assessment (ESA). Any work recommended from the Phase I Investigation will be out of scope for this project. • The Alternatives Analysis will not include Additional Alternatives (an Alternative Not Selected); only a No Action alternative and Preferred Alternative will be developed for purposes of the EID. • All alignment sheets, impacts, access and extra workspace are identified for the preferred alternative and will be provided in coordinately correct digital format. • No notification or coordination is required for any other agencies other than the ones mentioned in Task 9. • No cultural resource issues will be identified, or require mitigation as a result of research or consultation with the THIS. • No protected species issues will be identified, or require additional surveys/mitigation as a result of research or consultation with either TPWD or USFWS. • No hazardous materials issues will be identified as a result of the Phase I ESA field visit that would require additional services. • No socio-economic or environmental justice issues will be identified as a result of research or consultation. • 2 reviews per applicable agencies are anticipated. Additional agency review time will be considered out of scope for this task. TASK 12. PERMITTING 12.1 The ENGINEER will assist the CITY in obtaining necessary permits and assessments as determined to be needed for the PROJECT. ENGINEER shall work to meet their requirements, as part of the design scope. If extra or additional permitting services are required including and in addition to those listed below, additional compensation may be requested as a SPECIAL SERVICE. 12.2 The ENGINEER shall provide permits or written permission to cross all franchise or privately owned utilities. 12.3 The ENGINEER shall contact local, state and federal agencies to determine applicable rules and regulations and permitting requirements which apply to the PROJECT and furnish the CITY with engineering data necessary for the CITY's' submission of applications for routine permits required by the agencies. Anticipated permits could include: • Storm Water Pollution Prevention Plan—Construction contractor will prepare the SWPPP. If services from ENGINEER are required, additional compensation may be requested as SPECIAL SERVICE. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 20 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402,PHASE 2 CITY PROJECT NO.:02702 • Texas Department of Transportation (TxDOT)— Prepare TxDOT permits for pipeline crossings and encroachments. ENGINEER will attend two (2) meetings with TxDOT to discuss review comments; • Railroad and Utility crossing permits— Prepare permits for Railroad and/or other Utility for pipeline crossings and encroachments. ENGINEER will attend two (2) meetings, if needed, with THE to discuss review comments. • Section 404 Permits—As part of the EID identified in Task 12 above, ENGINEER will assist the CITY in determining the impacts and regulatory permitting requirements as a result of the proposed project. ASSUMPTIONS • Permit preparation will begin after approval of the Conceptual Design. TASK 13. ABANDONMENT OF EXISTING TCWSC LINE 14.1 The ENGINEER shall develop plans for abandonment of existing TCWSC Line from Broadway Ave to approx. 1500 feet south of SH 183 and from south of HWY 121 to the connection to the existing M-338A line near West Fork Trinity River. TASK 14. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffic Traffic Street Water Control Control Control Traffic Storm Storm Lights /Sewer Traffic 30% 60% 90% Attachment"A" Signal Engineering Water Water (Submit (Submit Type (Submit All (Submit All @ 30%) 30% 60% All @ All @ @ 60%) 30% 60%) Required for all work in City ROW Sewer X X X ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 21 of 22 ATTACHMENTA DESIGN SERVICES FOR BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402,PHASE 2 CITY PROJECT NO.:02702 • Services related to disputes over pre-qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services. • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services related to Survey Construction Staking. • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Assessment of the existing 36-inch sanitary sewer main prior to being abandoned. • Levee Permit City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 22 of 22 ATTACHMENT B COMPENSATION Design Services for BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402, PHASE 2 City Project No. 02702 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $810,000 as summarized in Exhibit B-1 — Engineer Invoice and Section III —Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. If. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. 111. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Brown & Gay Engineering and Project $618,521 76.36 Engineers, Inc Management Proposed MBE/SBE Sub-Consultants Gorrondona & Topographic Survey, ROE'S, $78,750 9.72 Associates, Inc. and Easement Documents CMJ Engineering Geotechnical Investigation $12,482 1.54 Gupta &Assoc. Electrical Design $35,547 4.39 JQ Infrastructure Structural Design $42,200 5.21 Non-MBE/SBE Consultants TBD Level B &A SUE $22,500 2.78 TOTAL $810,000 100.00% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE City Project No. 02702 $810,000 $168,979 20.86% BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER MAIN M-402, PHASE 2 City MBE/SBE Goal = 10% Consultant Committed Goal = 20.86% City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 ** * * * * @ -a-n-u<0 o -0 R = j ° ammo 0 ; % $ 0 (D ] / /° \ ° �`:3 2 r / q $ }\< } 7 z Me C-D. _ [\ 2 N \ & : / R @ gg ] E _ \ §. � / $ g § m Cl) 0 \ \ \ - ( � ] � 0 -U \ \ / } ; $_ \ ? ƒ (D § k 2 99m @m 0 q > /> e / CL ƒ] 2 § § % ($ ( \} eo 2 ƒ / 9 2 ® \ / - } } 22 § / � ( /) \ - - & § } ° > U co _ \ ee - ; _ § / } j2 ( § CD � - - - ED° } } § n - z > > § _ C =0o \ \ ' �_ � ƒ \ � � 3 CD SD -0 0 k @ fq 2 ; q CL Li Li 2 k Q 0 \ \ \ \ E - ( / �¥ EF \ < CL - @ 0 \ _ @ ( / m;<n o -ug�*g-u -0 f \�)k (� ] \/\f{o ; m , /{R \ CD }} 0 • - z E s o \ ID 7 § a Cr 0 .. .. e mgg ° - © ƒ 2 0 (n 10 / 22 w / 0 . � � k \ A ) J3 { ) 2 ƒ / # k2 .. ( (/2� / j ` o> \ . ƒ k0:E e 2 , / � � 3 \2 } \\ `� \ - , \/ ( ƒ © %; - 2 ; a _ _ : 7 # \ ; / _ / 2 _ 00 } > ¢ - // / : ; - - } (_ # w \ ` \ } 2 >> § ± d3 m00m ; 7 E / - & R ; - F ` ® - 33 { C , ; ) CL 2. CL / ( @ [ / \ 0 co S n N y N N N A A A AAA A A A A A A j j A j o > ' ' F .ZI�m T NAAwN-+ mAAiJ IJ-� w•ONi NNN�IJ r� _ N�fi O a oma m o On O C o y C3 6 v m m'0m vv ��v m � 'm man %�� mb. m Fq _ m 37 zr.� - o m m v o a c m s _- El o 21 'c m m o ol 3 o D m a m w 9 W T W N N O j 9 P A A N A N m ® A A A m N 0 J N N A m m mJ O pp o2m D A A 6 A m W A m UI A A m m A 0 mN m N A N Alg N m A Q V '= mc Wpm y � "— G7 ro < m m m c 4 e0Y m ID W W A ANA N Ao AAA m - Z Z D Z Zl y O Z n m a W 9 N D N N N JJ Il OQ O O � 0O � - CDN C C m OE _N_m_O m..N A o N V A A V A N V Z O 3 O N _0 Z an m 6 0 O 0 m Nn8n nO.y o 4 fnW f» m -1 12 N G W W N m A m _ Omi V m o A 0�N A mAl A N V Li T an . d o O f N N N J ro m V m OI o Y IJ !J !J W IV N a N V V W N m d 3 T � O ff»mom W N o m A W US A is K, Z a` d 1 H d x m o o c42 3 n m d o n d - m r H T H o 3 - N C1 m D � m - T T o a z 2 000 Ij 9 m m N U A A A A p N N 4 N £ d 9 T V E9�m N A O.O„ Cl o A off'e o1.1 148'A A m mNo N A q�i. AA N n n 0 a 3 w - O A A O n� Imm M N lie. Z 1 A 3 m m M m m m m omin d m m m v - 9 m 4 WJ .51 Tca o m- n m - � m� A W W m o 3 N vmi fA V o 0 0 o W m fq V N Nm ym m V O W d N�+ V N N Obi �A S. -I fA o m N mWi A l N.1 N .� A A fn A 2 A m b 0 mI4U o s - O W J (n Cn A W N -�W N -� O CO W J W Cn A W N y O Zm n n n w w w w w w w w w w w w w w D w w o 0 0 0 o n pp O C A CO W W W N W W W W W W W O W W N N N N N C N (D N J CD 0 CD 0 O w W W W O w co (f) C O O O O O O O N N N O O -1 y 0 A :- N j j N N p q m W O --� --i -� O A 0 0 0 0 -� j C O J C N CD O O N N O O O O O O O O O O O O O O N O O --� --� O O 0) C -� 1 CO A N O N N W Cn O N N A N CD m 0). CD C m W Cn —I 0 Cn Cn Cn m O G) Cn W W w D W N N w — 0 D O v O m m m N "O O A O) m V O N Z v m o c m g 0 3 m Q m c o m' o n c S S (D (o n a n 21 d C Cn Cn Cn x Cn m -0 O C o n �' °' m Q N O- m m m O v (n D o c) a m (� Cn (n� m D =' m oo m m m N (D o w < _ �o 0 m o ° c CnCD 73 (p N � � N 7 N ti D o 2 m 5 o o g c c � a r Cr m m — c m o > > (� m v m G) C) a m m m K O cn > > > p m o m x r Q) m m ((D Cla Ca. o C) � D �. o n cn OD co o m 3 3 D o 0 �• S' m ((D v (D m o (D m (o (o (o z c W O 0 O z 0 C o r, m n D'o N � Z C4 Z -nm x rmrr- rrrmr (nmmmcnm < mrrr- mmmm0 z X _ cnD cn cn cn ncn > < > > > > 0> TA T cn > > > D � Z W—� D o W W n < r w o N m Z3 0 p ti (D W C •-i 7 t V W W N CO N D .Zl CD 0 CD -' 'y N C (041, CD 0 0 C) CD -' (n O O N Z C j O O O C) O O CD 'CI 0 O Cn O O o Z 0 69 69 ke 69 69 b9 69 69 41)69 69 69 69 69 69 Ef3 69 69 69 69 b9 e9 69 69 69 69 69 69 0 C (n Z N W (J _ N Cn N Cn 8 Cn W (D N _ _ V O O O O N O O (n Cn — N "O C) C) C) 0 0 Cn N (D 0 C) W N C) CD 0 CDN O J N O o CD 0 o O (n O O O 1 O O O O J O Cn O Cn Cn N 0 O O O O O O O W O O O O N O 0 0 0 (n CD CD CD Cn CD 0 0 0 0 0 0 0 C) Cn CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C) (D 0 C) 0 C) 0 0 0 0 C) C. 0 0 0 0 0 C. m G9 69 69 69 69 69 69 69 69 69 69 69 69 b9 69 69 EA 69 69 69 69 69 69 69 69 O m � a _ > m o co y u N W (D u, m W W O N m Cl) A y N O N C37 (7l Cn A Cn Cn N co (D L" (n (fl O W V A O w N C�.) O O O O O J N N W A O O O O J co Co O O Cn W O V N C O O O O O m Cn W A O O O O O N O O O O O W O Cn C" Cn Lz N O O O o C) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 O o 0 CC C) 0 0 0 0 0 0 0 Cl 0 0 C) C) 0 0 0 0 0 0 0 0 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for BIG FOSSIL CREEK BARALLEL RELIEF SANITARY SEWER MAIN M-402, PHASE 2 City Project No. 02702 None City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page I of I O A� = O �n O n �� c � m 3 0 ♦ = V V o 3 2 - m m m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 J,ft ftiti-iti-1 rml m N? N n o a ^N N e N S a N N N i z - _ - �J J� m m m 3 O - n m 3 - 3 N 3 2 O J m 3 a u Ebb line �? /' '9aa�G: �;�fi��"I I�GI��f � �'YT�RI�.�[dl� AHE s , t0 IF -30 - A" a •�'� uu��L�S�JJ1u11111111������_____ 1 RIP ar I:I '_Ilf p_ •�.i �1�1[ _ _ a"� -� � - V((Cf <� t I� ,y`a.'� Ti I deg E� - t ri5J ---A Ar-1 --- - - ,� ` Raw a - Sewer Relief - a o ExlstingClty Sanitary Sewer (a) Manhole MaExisting Sanitary Se or Main to be Abandoned OEM Existing City of Fort Worth Main M402 ®_ - _ 0 ;e 121 Railroads i Feet " Big Fossil Creek Proposed Parallel 66-Inch Sanitary Sewer Relief ""'° `"_'neer,.l"` M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTIVORTH S" COUNCIL ACTION: Approved on 9/13/2016 DATE: 9/13/2016 REFERENCE **C-27913 LOG NAME: 60SSBIGFOSSILP2 - BGE NO.. CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Engineering Agreement with Brown & Gay Engineers, Inc., in the Amount of$810,000.00 for the Big Fossil Creek Parallel Relief Sanitary Sewer Main M-402A, Phase 2 Improvement Project Located Along Big Fossil Creek from South of S.H.121 to Broadway Avenue, Provide for Staff Costs, Property Acquisition, Utility Coordination for a Design Phase Amount of$1,350,000.00 (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council authorize execution of an Engineering Agreement with Brown & Gay Engineers, Inc., in the amount of$810,000.00 for the Big Fossil Creek Parallel Relief Sanitary Sewer Main M-402A, Phase 2. DISCUSSION: This Mayor and Council Communication is to authorize the preparation of plans and specifications for the Big Fossil Creek Parallel Relief Sanitary Sewer Main M-402A, Phase 2 located along Big Fossil Creek from south of S.H. 121 to Broadway Avenue. This project, Part 2 is the third and final phase of a three phase plan of a single parallel sanitary sewer pipeline with sufficient capacity to provide joint service for the entire Big Fossil drainage area including the wholesale customer cities of North Richland Hills, Richland Hills and Haltom City. The scope of work includes design for 8,800 linear feet of sanitary sewer pipeline, design survey, multiple junction structures, two wholesale customer meter stations and easement preparation. Brown & Gay Engineers, Inc., proposes to perform the necessary design services for a lump sum fee of$810,000.00. Staff considers the fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $540,000.00 is required for project management, real property acquisition, utility coordination and inspection. Three wholesale customer cities: Haltom City, North Richland Hills and Richland Hills, are participating in the funding of this project. The details of their respective participation amounts are outlined in an Interlocal Agreement between the participants, City Secretary No. 40078. The participants' costs for engineering, Staff and property acquisition are estimated at this time, as shown below, and actual costs will be paid when they are determined: City Participation* North Richland Hills $ 84,500.00 Haltom City $140,400.00 Total Participation $224,900.00 *Numbers rounded for presentation purposes. Engineering for the Big Fossil Creek Parallel Relief Sanitary Sewer Main M-402A, Phase 2 Improvement project, is one component of the overall project that includes project management, easement acquisition, utility coordination, material testing, inspection, construction and contingencies. http://apps.cfwnet.org/council_packet/me review.asp?ID=22730&councildate=9/13/2016 9/14/2016 -I&C Review Page 2 of 2 x The overall project budget is$12,500,000.00. This project is part of the Water Department s Sanitary Sewer Over Flow Initiative Program. Design is expected to start in October 2016 and be completed by July 2018. Construction is anticipated to commence in March 2019 and estimated to be completed by April 2020. This project will have no impact on the Water Department's Operating Budget when complete. M/WBE OFFICE: Brown &Gay Engineers, Inc., is in compliance with City's BDE Ordinance by committing to 21 percent SBE participation. The City's SBE goal on this project is 10 percent. The project is located in COUNCIL DISTRICT 4, Mapsco 51X and 65B and 65F. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that the appropriation is available as directed by M&C G-18375 in the Water/Sewer Bond 2016 Fund for the Big Fossil Creek Sanitary Sewer Phase 2 Capital Project, as depicted below by fund: FUND Current Proposed Total* Appropriations Appropriations Water/Sewer Bond 2016 $1,350,000.00 $0.00 $1,350,000.00 Fund 56005 Project $1,350,000.00 $0.00 $1,350,000.00 Total *Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID I I Year Chartfreld 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Walter Norwood (5026) ATTACHMENTS 60SSBIGFOSSILP2 BGE Form 1295.ydf 60SSBIGFOSSILP2 BGE Fund Identifiers.pdf 60SSBIGFOSSILP2 BGE Map01.pdf SAM Brown and Gay Engineers Inc.pdf --•ii.,,,,,� ­RxrnPt oro/cauncil nacket/mc review.asp?ID=22730&councildate=9/13/2016 .9/14/2016 60SSBIGF0SSILP2-BGE FUND IDENTIFIERS (FIDs): O Fund Department Account Project ProgramActivity Budget Reference # Amoun ID ID Year Chartfield 2 FROM Reference Fund DepartmentAccount Project ProgramActivityBudget # Amount ID ID Year (Chartfield 2) 56005 0700430 5330500002702 C01730 2016 $810,000.00 C- ? r7 q13 CERTIFICATE OF INTERESTED PARTIES FORM 129[J lofl Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 12016-78034 Brown&Gay Engineers, Inc. Foil Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is O6/29/2016 being filed. City of Fort Worth Date Ackn ,edged: (lam / 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. City Project No. 02702 Big Fossil Creek Parallel Relief Sanitary Sewer Main M-402, Phase 2, Engineering Design Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Johnston, Dave Houston,TX United States X Randy, Randermann Houston,TX United States X Dillon,William Frisco,TX United States X Lennard,Lee Houston,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT ++ � I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. w w Nil LOOP 01 • I Signature of authorized agent of contracting business entity xdo do so AFFIX NOTARI*WIF.0"W2,7V, Sworn to and subscribe&*:ti,�;1�t�gfg'the said William D. Dillon this the 29th day of June 20 16 to certify which,witness my hand and seal of office. -4-A JE� Pati Dohert Office Administrator Signature of officer administ ring oat Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021