Loading...
HomeMy WebLinkAboutContract 56060-A1CSC No. 56060-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 103414 WHEREAS, the City of Fort Worth (CITY) and Dunaway Associates LLC, (ENGINEER) made and entered into City Secretary Contract No. 56060, (the CONTRACT) which was authorized by M&C 21-0478 on the 22nd day of June, 2021 in the amount of $ 662,656.00; and WHEREAS, the CONTRACT involves engineering services for the following project: WALNUT CREEK SANITARY SEWER EXTENSION PROJECT, CPN 103414 and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to include the additional engineering services specified in proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $96,450.00. 2. Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $759,106.00. 0 All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as designated Assistant City Manager. City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: November 23, 2021 Page 1 of 4 of the date subscribed by the City's OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Walnut Creek Sanitary Sewer Extension Project CPN 103414 APPROVED: City of Fort Worth baba &Uhdoff Dana Burghd off (Ma 1, 2023 201 CDT) Dana Burghdoff Assistant City Manager DATE: May 1, 2023 APPROVAL RECOMMENDED: ChristopherCarder (Apr 25, 2023 16:27 CDT) Chris Harder, PE Director, Water Department Contract Compliance Manager: ENGINEER Dun wa Associates, LLC Scott Heal Civil Engineering Executive DATE: April 4, 2023 By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Aw* Pree KC, PE Sr. Professional Engineer APPROVED AS TO FORM AND LEGALITY: Mack (May 1, 202310:11 CDT) Douglas W. Black Sr. Assistant City Attorney aan 4T ATTEST: roQ ........ `;pPo° a� 'o C(� � QdIIn pEXA5444 Jannette Goodall City Secretary City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: November 23, 2021 Page 2 of 4 M&C: N/A Date: N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Walnut Creek Sanitary Sewer Extension Project CPN 103414 DUNAWA y Dunaway No. 7295.001 April 3, 2023 Preeti KC, PE City of Fort Worth, Water Department 200 Texas Street Fort Worth, Texas 76102 Reference: Walnut Creek Sanitary Sewer Extension Phase 1 & 2 Amendment No. 1 City Secretary Contract No. 56060 CPN 103414-1 & 2 Ms. Preeti KC: On June 22, 2021, Dunaway Associates, LLC entered into contract with the City of Fort Worth for Professional Engineering Services related to the above referenced project, with Lump Sum compensation limited to $662,656.00 (six hundred sixty-two thousand six hundred fifty six and zero cents). The original scope of services included: Design Management, Conceptual Design, Preliminary Design, Final Design, Bid Phase Services, Construction Phase Services, ROW/Easement Services, Survey and SUE Services, Utility Coordination, and Permitting. Based on the need to break this project into two phases, additional services beyond the original scope have been requested by the City. These additional services include: o Final Design Project Management and Coordination for Phase 2 o Final Design and Plan Preparation for Phase 2 o Bid Phase services for Phase 2 o Construction Phase services for Phase 1 and 2 o Ongoing Permitting and Utility Coordination This letter is to formally request a contract amendment in the amount of $96,450.00 to complete the requested scope of services. The amended contract amount will total $769,106.00. ORIGINAL CONTRACT AMOUNT: $662,656.00 Lump Sum Services CONTRACT AMENDMENT #1 AMOUNT: $96,450.00 Lump Sum Services TOTAL REVISED CONTRACT AMOUNT: $759,106.00 Lump Sum Services As always, thank you for the opportunity to serve the City. We look forward to delivering a quality product for the people of Fort Worth. Please contact me if you have any further comments or questions. Corporate: 550 Bailey Avenue, Suite 400 _ Fort Worth, Texas 76107 - Tel: 817.335.1121 4 Fax: 817.335.7437 3 dunawayassociates.com Fort Worth _ Austin 4 Midland g San Antonio April 3, 2023 Page 2 Sincerely, DUNAWAY ASSOCIATES, L.L.C. J rig E Sr Discipline Lead, Associate Principal Fort Worth z Austin — Midland - San Antonio dunawayassociates.com ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO.: 103414.1&2 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO.: 103414.1 & 2 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED Task 1. Design Management Task 2. Ge Dept al Design Tasks 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 11. Additional Services These services are for final design, bid phase services and construction phase services for approximately 5,500 LF of proposed 24-inch sanitary sewer interceptor designated at Phase 2 scope. Scope additionally includes construction phase services and coordination for approximately 6,900 LF of proposed 24-inch and 27-inch sanitary sewer interceptor designated as Phase 1 scope. TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, ■ communicate effectively, ■ coordinate internally and externally as needed 1.1. Managing the Team • Lead, manage and direct design team activities City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO.103414 —1 & 2 • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY at the end of the 90% design for Phase 2 plans. • Prepare invoices and submit monthly in the format requested by the CITY. • 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 MWWBE 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 • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 6 MWBE reports will be prepared during design and bid phase. • 2 meetings total with city staff during 90% and 100% design phase. • 6 monthly project schedule updates will be prepared. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Baseline design schedule D. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO. 103414 -1 & 2 E. Monthly M/WBE Report Form and Final Summary Payment Report Form F. Plan Submittal Checklists (See Task 9) .. IN n"SWIMERATHARN8i_ 1011 mle I I �7�rl11\I7J��. -11 Will City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO. 103414 —1 & 2 City of Fort Worth. Texas Attachment A PIVO Release Date: 08.1.2014 Page 4 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO.103414 -1 & 2 :=:Q= PANG meeting(s) will he nnnrli intend nr attended during the nreliminary design phase 2 sets of 11" X 17" size n_prnanc will he delivered for the Preliminary Design /620 design). _ delivered set of snenifinatinns Will he deliverefor the Preliminary Design design). 0 F-ANF fileS Greated from design CAD drawings will be uploaded to the designated nrnient fnlyder in RINA36-O-m The (TTY's front en ld an dteGhnig�,_Qpl_Snpenifi nSWill�asedThe_EN shall ci mnlement the teohninel cne�' +notinnc if needed City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO.103414 -1 & 2 TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 2 sets of 11" X 17" size drawings and 1 set of specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in BIM360. • 2 sets of 11" X 17" size drawings and 1 set of 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 BIM360. • Plan set shall generally consist of 1 cover sheet, 1 legend and table of contents sheet, 1 general notes sheet, 3 key map sheets, 2 control point location sheets, 33 sewer plan and profile sheets, 10 traffic control sheets, 17 erosion and sediment control plan sheets, and 10 detail sheets. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 6 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO. 103414 -1 & 2 DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the Phase 2 bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto BIM360 for access to potential bidders. • Contract documents shall be uploaded in a .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 BIM360 in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on BIM360 from documents sold and from Contractor's uploaded Plan Holder Registrations in BIM360. 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 BIM360 folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto BIM360 and mail addenda to all plan holders. • 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. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 7 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO.103414 -1 & 2 • 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 BIM360. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in BIM360. 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. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 8 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO.103414 -1 & 2 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 • Phase 2 of the project will be bid only once and awarded to one contractor. • 2 sets of construction documents will be sold to and made available on BIM360 for plan holders and/or given to plan viewing rooms. • 3 sets of 11" X 17" size and 2 sets of 22" 34" size drawings plans and 3 specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to BIM360. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre -construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • 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. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 9 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO.103414 -1 & 2 The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As -Built Survey o Red -Line Markups from Contractor o Red -Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red -lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: TPW file name example — "W-1956_rec47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "47" shall be the total number of sheets in this file. Example: W-0053_rec3.pdf and K-0320_org5.pdf City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 10 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO.103414 -1 & 2 II. Water and Sewer file name example - "X-35667_rec36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755_rec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. ASSUMPTIONS • 15 RFI's are assumed (10 on Phase 1 and 5 on Phase 2). • 2 public meetings are assumed (1 each Phase) • 2 Change Orders are assumed (1 each Phase) • 4 site visits are assumed (2 each Phase) • Two (2) copies 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 7. RO A lEAS€M€NT SERVICES. well suppert and perferm aGtmVmtm8S related to ROW -And .1-and as eutlined @lew per sopping id0rention avid g uidanoe from the GITV's Droient Manager. 71.Rig-ht nfrvr Way essearrvh0 The ENGINEER shall determine rights of way, easements needs fGF GORStIFUGtien ef thee ,,.-,-Gt. Required temperaFy and permanent easements will he identified based on available i nforrpation and renommendations will he made for approval by the CITY. 7.2. Right _of_Way/Easement Preparation and Stmi The ENGINEER shall prepare derOunvents to he used to obtain right of ��iay�y and City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 11 of 15 ATTACHMENT DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO. 103414 -1 & 2 .�r.�.r. mrsrsrr.Er.�ss�si rgy 1Permanent Easements er--right of Way dOGUmentc will be necessary Temporary Easements _�oill�be-neGe SS2IFY. 7 T nornry right of dOG rn yc will be neGes r y r Tvr�i��v�,-rn-rr�t.>-a�vn.�rcocv Scir� start ef the PFGjeGt and available en greund preperty infermaticin (m.e. Oren reds, fenGeS, Right of Way reseaFGh and mapping indudes review of prepei4y/right ef way reGeFdS- ' right of way takings, easement onotiono and abandonments right of way �ingntionc and �rstreet glesures DELIVERABLES City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 12 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO. 103414 -1 & 2 The mminimumm„m s, Fyey infermatien to be PFE) iirderd on the plans shall include the fellew�ffL. ADreej eet shrneiinControl Points, i i se`d er set while gathering hdata g ALL Generally on a male of not less tan 1:409: The fnlln a. IdeRti#+ed f€ StiRg. CITY Met�ement #8901,, b. X, Y and Z Coordinates, On an melee ItifiedG� Te OFdiinTL [esyste , and a Fefe..rred bearing __ng b!l Cie Z--Gg8�fl eate en 'ITV agim en-ty, `J G. Descriptive I eGationr(Ex. Set in the centerline of the inlet art_the South Gurb line of NoFth 9de Drove at the Gast end of radius at the Southeast cerner of North Side Drive and Alerth Main Ctrs T-gpg eraphic survey at intersectien Will incli,Ae ne mere than 100 ft in each idirectinn �''t15 Level r, Test Holes will he nenessary. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 13 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO. 103414 -1 & 2 ASSUMPTIONS • 7 G n}onhninal beriRgs will be neGessap DELIVERABLES TASK 10. PERMITTING 10.1. ENGINEER will verify approved permits as needed during final design of Phase 2 and coordinate as needed during Phase 1 construction to ensure permits are updated and valid through project duration for the applicable entities and agencies having jurisdiction, including: • TxDOT • Tarrant County • Petroleum Pipelines • TRWD • Union Pacific Railroad ASSUMPTIONS • 40 hours of combined efforts will be required. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 14 of 15 ATTACHMENT A DESIGN SERVICES FOR WALNUT CREEK SANITARY SEWER INTERCEPTOR EXTENSION CITY PROJECT NO. 103414 -1 & 2 TASK 11. ADDITIONAL SERVICES CONTINGENCY 11.1. The additional services contingency is to be used only as requested by the CITY for items that are outside of these Scope of Services. Each item of additional scope and the associated fee will be negotiated by, and as mutually agreed to by, the CITY and the ENGINEER. Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition including temporary right -of - entries. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre -qualification, bid protests, bid rejection and re- bidding of the contract for construction. • 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. • Services associated with USACE individual permit or preconstruction notification. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 15 of 15 o v -+ a al" m���"mddN o o »3. mom c mmS �? E io .......... . . . . . . . . . . - - ---- -------- ----- --- --- -- - - - - - - . . . . . . . . . . . - ----- -------- I --- ---- ----