Loading...
HomeMy WebLinkAboutContract 45872 CWTRACT Mo. S CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVIC ES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Kimley-Horn and Associates, Inc., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Bellaire Drive South and Arborlawn Drive Sanitary Sewer Main Replacement. 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 $208,150.00 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. M M (2) The ENGINEER will issue monthly invoices for all work performed under this M 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 nal invoice. o City of Fort Worth,Texas C� F� p _ -� Standard Agreement for Engineering Related Design Services It �/ PMO Official Release Date:08/09/2012 �gy u aE( R, ���r Pagel of 16 �)�a uV r, �� ,Gu (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 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 2 of 16 (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 3 of 16 ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 4 of 16 matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that are 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 5 of 16 i facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 6 of 16 acceptable. 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 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 7 of 16 d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 8 of 16 m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 9 of 16 amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 10 of 16 D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 11 of 16 no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 12 of 16 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. 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; City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/0912012 Page 13 of 16 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 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 14 of 16 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. 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:08/09/2012 Page 15 of 16 Attachment E - Location Map Executed and effective this the fV day of Aul , 2014 . BY: BY: CITY OF FORT WORTH ENGINEER Kimley-Horn and Associates, Inc. Glenn A. Gary, P.E. Fernando Costa Senior Vice President Assistant City Manager 7` Date: l Date: ! L14 APPROVAL RECOMMENDED: By. � r S. Frank Crumb, P.E. Director, Water Department - APPROVED AS TO FORM AND M&C No.: C-26873 LEGALITY M&C Date: July 22, 2014 By: '4�21 Dew* aek- Assistant City Attorney ATTEST: ����°�000 .0 om 0 Mary J. Kayser ° 01 0000 ° City Secretary � °°0000°°° AS City of Fort Worth,Texas ©FFBGOAL [RECORD Standard Agreement for Engineering Related Design Services co v it SECREVARV PMO Official Release Date:08/09/2012 Page 16 of 16 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR. S. AND ARBORLAWN DR . CITY PROJECT NO.: 02321 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The objective of this project is to replace and/or rehabilitate sanitary sewer main M-278 along Bellaire Dr. S. in two projects to be separately bid. These improvements were identified and recommended as part of the ICAP in conjunction with an ongoing storm drain and roadway project. Approximately 3,150 linear feet of sanitary sewer interceptor improvements are planned, as summarized in the table below: Length Size Survey Street Alignment From To (LF) (in) (LF) Bellaire Dr. S 590 Feet Northeast of Briarhaven St. 2,700 42" N/A Overton Woods Dr.. Bellaire Dr. S Middlewood Dr. Arborlawn Dr. 450 42736" N/A Total Length 3,150 N/A WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Plan Submittal Checklists TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 • communicate effectively, • coordinate internally and externally as needed, and • proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly 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. Entities identified include: Brown & Gay Engineers, Inc. • 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 • 12 MWBE reports will be prepared • 24 meetings with city staff City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 2 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 • 6 monthly water department progress reports will be prepared • 6 monthly project schedule updates will be prepared DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to • Study the project, • Identify and develop alternatives that enhance the system, • Present(through the defined deliverables) these alternatives to the CITY • Recommend the alternatives that successfully addresses the design problem, and • Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. 2.2. Geotechnical Investigations City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 3 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 • ENGINEER will rely upon geotechnical investigations performed under an existing contract for the CITY. 2.3. The Conceptual Design Packages (one for Bellaire Dr. S. and one for Arborlawn Dr.) shall include the following: • Cover Sheet • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. • Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative form. • Documentation of key design decisions related to: • Pipe Sizing, Rehabilitation Methods Considered, Proposed Alignment. • Opinions of probable construction cost will be prepared for each alternative. ASSUMPTIONS • _3_copies of each conceptual design package (30% design) will be delivered.. Reports shall be letter sized and comb- bound with a clear plastic cover. Drawings will be_11x17_size fold outs bound in the report • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw, if requested. • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Packages TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications (one set for Bellaire Dr. S. and one for Arborlawn Dr.) shall include the following: • Cover Sheet • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 4 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall project easement layout sheet(s)with property owner information. • Overall project water and/or sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft of plan/profile sheet—two or more. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Plan and profile sheets which show the following: proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants,water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. • 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 City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 5 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 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. • The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the CITY's Standard Construction Details. 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. 3.2. Geotechnical Investigation ENGINEER will rely upon geotechnical investigations performed under an existing contract for the CITY. 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future)that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 3.5. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as"Typicals"on the CITY's Buzzsaw website. The typicals need not be sealed individually, if included in the sealed contract documents. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 6 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. ASSUMPTIONS • _1_public meeting(s) will be conducted or attended during the preliminary design phase. • Traffic Control"Typicals"will be utilized to the extent possible. It is assumed an additional_3_project specific traffic control sheets will be developed for _Bellaire Dr S, and 2 project specific traffic control sheets will be developed for Arborlawn Dr. • _2_sets of full size plans will be delivered for the Constructability Review(each for Bellaire Dr S and Arborlawn Dr). • _2_sets of_full size plans will be delivered for the Preliminary Design (60% design) (each for Bellaire Dr S and Arborlawn Dr). • _2 sets of specifications will be delivered for the Preliminary Design (60% design) (each for Bellaire Dr S and Arborlawn Dr). • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications, if needed. • _1_set of DWF drawings will be uploaded to BuzzSaw for Utility Clearance (each for Bellaire Dr S and Arborlawn Dr). • 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 Plans D. Opinions of probable construction cost E. Data Base listing names and addresses of residents and businesses affected by the project. TASK 4. FINAL DESIGN (90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP)with appropriate regulatory agencies. The Engineer will prepare the iSWM City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 7 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 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_full size drawings and_2_sets of half size drawings and_2 sets of specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw, if needed. • 5 sets of full size drawings and_2_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, if needed. • Estimated Plan Sheets for Bellaire Dr. S. (34): • Cover Sheet • Existing Water Sheet • Water Layout Sheet • Existing Sanitary Sewer Sheet • Sanitary Sewer Layout Sheet • Sanitary Sewer Abandonment Sheet • Bypass Pumping Plan Sheet • Water Plan and Profile Sheets— 1":40' Scale • 1 Sheet • Sanitary Sewer Plan and Profile Sheets— 1":40' Scale • 7 Sheets • 4 Standard and Non-Standard Detail Sheets City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 8 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 • 10 Structural Sheets • 2 Erosion Control Sheets • 3 Traffic Control Sheets • Estimated Plan Sheets for Arborlawn Dr. (12): • Cover Sheet • Existing Sanitary Sewer Sheet • Sanitary Sewer Layout Sheet • Sanitary Sewer Abandonment Sheet • Bypass Pumping Plan Sheet • Sanitary Sewer Plan and Profile Sheets— 1":40' Scale • 1 Sheet • 2 Standard and Non-Standard Detail Sheets • 2 Erosion Control Sheets • 2 Traffic Control Sheets DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • Both Bellaire Dr. S. and Arborlawn Dr. will be incorporated into existing T/PW Roundabout project and advertised together as one project. • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 9 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 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. • 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. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS • Bellaire Dr S and Arborlawn will be bid separately. • Each project will be bid only once and awarded to one contractor. • _5_sets of construction documents (for each project)will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • _10_sets of_22x34 size drawings plans and 10_specifications (conformed, if applicable) will be delivered to the CITY(for each project). City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 10 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 • PDF files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. 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 following apply individually to both the Bellaire Dr. S. and the Arborlawn Dr. projects) • 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 will attend up to one public meeting for each project. • The ENGINEER shall visit the project site up to twelve (12) times for Bellaire Dr S and up to six (6) times for Arborlawn Dr at requested intervals as construction proceeds to observe and report on progress.Clarifications and Interpretations. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to Client as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by Client. • Change Orders. ENGINEER may recommend Change Orders to Client, and will review and make recommendations related to Change Orders submitted or proposed by the Contractor. • Shop Drawings and Samples. ENGINEER will review and approve or take other appropriate action for up to eighteen (18) Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs. • Substitutes and "or-equal." Evaluate and determine the acceptability of substitute or"or-equal" materials and equipment proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of state or local government entities.Substantial Completion. ENGINEER will, promptly after notice from Contractor that it considers the entire Work ready for its intended use, in company with Client and Contractor, conduct a site visit to City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 11 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 determine if the Work is substantially complete. Work will be considered substantially complete following satisfactory completion of all items with the exception of those identified on a final punch list. If after considering any objections of Client, ENGINEER considers the Work substantially complete, ENGINEER will notify Client and Contractor. • Limitation of Responsibilities. ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. ENGINEER shall not have the authority or responsibility to stop the work of any Contractor. The ENGINEER shall attend the"Final'project walk through and assist with preparation of final punch list 6.2 Record Drawings (the following apply individually to both the Bellaire Dr. S. and the Arborlawn Dr. projects) • 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:As-Built Survey • Red-Line Markups from Contractor • Red-Line Markups from City Inspector • Copies of Approved Change Orders • Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: 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. 1) 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 City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 12 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_rec47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "—rec" designating the file is of a record drawing plan set, "47" shall be the total number of sheets in this file. Example: W-0053—rec3.pdf and K-0320—org5.pdf II. Water and Sewer file name example — "X-35667 rec36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "—rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755—rec18.pdf PDF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. ASSUMPTIONS • _5_ RFI's are assumed (3 for Bellaire Dr S and 2 for Arborlawn Dr). • _2_ Change Orders are assumed (1 for Bellaire Dr S and 1 for Arborlawn Dr). • Up to 12 Site Visits will be completed for Bellaire Dr. S. and up to 6 site visits will be completed for Arborlawn Dr. • Up to 18 shop drawings in total, will be reviewed for both projects. • One PDF copy of full size (22"x34") plans will be delivered to the CITY, each for Bellaire Dr S and for Arborlawn Dr. 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 PDF TASK 7. ROW/EASEMENT SERVICES<NOT USED> City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 13 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1 Design Survey • The ENGINEER will rely on design survey performed under a separate design services contract for the CITY. 8.2 Subsurface Utility Engineering A. The SUE shall be performed in accordance with CI/ASCE 38-02. B. Level A 1. Location (Test Hole) Services: Locating the horizontal and vertical position of the utility by excavating a test hole using vacuum excavation techniques and equipment. In performing locating (test hole) services ENGINEER will: a.) Excavate six (6) test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. Excavations will be performed using specially developed vacuum excavation equipment that is non- destructive to existing facilities. If contaminated soils are discovered during the excavation process, the ENGINEER will notify the CITY.Obtain x,y and Z information at each test hole. C. Level B 1. Location of underground utilities by obtaining two-dimensional (x,y) information obtained through the application and interpretation of non- destructive surface geophysical methods will be performed for the 2-acre site. 8.3 Temporary Right of Entry Preparation and Submittal <NOT USED> ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction and has been completed under a separate contract. DELIVERABLES <NOT USED> TASK 9. PLAN SUBMITTAL CHECKLISTS <NOT USED> City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 14 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR.S.AND ARBORLAWN DR. CITY PROJECT NO.:02321 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition including temporary right-of- entries. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services related to submitting for permits (ie.TxDOT, railroad, etc...) • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 15 of 15 ATTACHMENT "B" Compensation I. Professional Engineering Services For all professional engineering services included in ATTACHMENT"A", the CITY agrees to pay the ENGINEER on a cost plus maximum basis. The total amount of the contract will not be exceeded without a modification to this agreement; however, any task may be exceeded as long as the PROJECT total is not exceeded. Recommend budgets are as follows: • Task 1 —Design Management $ 18,455 • Task 2 —Conceptual Design $ 25,530 • Task 3—Preliminary Design $ 45,815 • Task 4—Final Design $ 47,765 • Task 5—Bid Phase Services $ 9,575 • Task 6—Construction Phase Services $ 40,000 • Task 8—Survey Services $ 21.010 Total compensation to be paid to the ENGINEER will not exceed $ 208,150 H. Basis for Compensation The CITY will compensate the ENGINEER for the various items listed above on a reimbursable basis,where the total contract amount may not be exceeded without an amendment,task budget may be exceeded.Labor fee will be billed at 3.61 times the salary cost.Direct reimbursable expenses such as express delivery services, fees, air travel, subconsultant expenses,printing, and other direct expenses will be billed at 1.10 times cost. Other expenses such as in-house duplicating, local mileage,telephone calls, facsimiles,postage,word processing and technical use of computers shall be included as part of the labor rate multiplier.Administrative time related to the project may be billed hourly. All permitting, application, and similar project fees that are not identified specifically in the scope of services shall be paid directly by the Client. Fees will be invoiced monthly based on the actual amount of service performed and expenses incurred. Payment will be due within 25 days of your receipt of the invoice EXHIBIT"B-1" SBE Summary Sanitary Sewer Interceptor Improvements for Bellaire Dr. S. and Arborlawn Dr. Tasks Total Fee SBE Fee Task 1 - Design Management $18,455 $0 Task 2 - Conceptual Design $25,530 $0 Task 3 - Preliminary Design $45,815 $15,000 Task 4- Final Design $47,765 $0 Task 5- Bid Phase Services $9,575 $0 Task 6- Construction Phase Services $40,000 $0 Task 8 -Survey Services $21,010 $18,500 Total Project $208,150 $33,500 (16.09%) SBE Consultants: Service Fee The Rios Group, Inc. SUE Services $18,500 Jaster-Quintanilla&Associates, Inc.Structural Design $15,000 Total $33;500 Non-SBE Consultants: Service Fee None $0 Total $0 This attachment is provided for informational purposes only to show the projected plan to meet the SBE goal of 8%. The actual dollars paid by the ENGINEER to SBE subconsultants may vary for each task as well as for each subconsultant.The subconsultants listed are those intended for use on this project, but the actual subconsultants used may vary EXHIBIT"13-2A" Professional Services Pa rrent Request Project Manager. J.ImKasavih Summary ft� ' Project: r Sanitary Sewer Interceptor Improvements for Bellaire Dr S and Arborlawn Dr I uri�ocK City Project#: 02321 City Sec Number 'M'#" WIla-"` 4+ consultant instructions: Fill In green cells Including Invoice Number,From and To Dates and the Included worksheets. Company Name: lamley+lom and Associates.mc. When your mvetce Is complete,save and dose,start Burasaw and add your mvol-to the Consultant rolderwtthm Project's folder. Consultant's PM: Josh Karcho,P.E. email: -sh.karch e-hom.co Vendor Invoice#: Office Address 801 Chem St unit 11 suite 950.Foft Vkdh,7X76102 Payment Request#: Telephone: (B17j335s511 From Date: all/2014 Fax: (817)3355070 To Date: 8131no14 Invoice Date: ar31r2014 Remit Address[P.O.Box 951649.Dallas,7X75395-1089 Agreement Agreement Amendment Amountto Completed Percent ($)Invoiced Current Remaining Sheet FAC and Work Type Description Amount Amount Date Amount Completed Previously Invoice Balance WorkT et Sevsr P258531200-7031702321 $208,150.00 $208,150.02 $208,150.0 Work Type 2 WorkType3 Work Type4 Work Type 5 Work Type 6 Totals This Payment Request $218.150.W $208.150.00 $298.150.00 Overall Percentage Complete: EXHIBIT"B-2A" Professional Services Payment Request Pre; tManag r: JoMKasav Project: Sanitary Sewer Interceptor Improvements for Bellaire Dr S and Arborlawn Dr City Project#: 02321 Work Type Desc: Sewer ca—n- F1)VC: P2565312 7031702321 City See Number: - 1e5in 9reenceea i—ld-Pe—..mpbmaea nvobea P-1-1y ovana;es Purchase Order: _ , whenyour MVOrce is compkle,saveaM cbse,start BUZUaw arM Adf your"vwoke to the eepamlam ronerwenm P.ei=<ra r mer. Company Name: —Y-Nomawnseoaa ,1-. Consultant's PM: Jasn K....P.E- email: panxer<np @wmay�m<em Vendor Invoice Office Address:aol cmrry SL ua 11 see sso.FertVhe TX761M Payment Request#: Telephone: (617)335$511 From Date: e11rz014 Fax: (617)33$-so76 To Date: WIM14 Invoice Date: -In.14 Remit P.O.B-951649,D.Eas,Tx 75395-1640 Pay Items Agreement Agreement Amendment Amendment Amounito Completed Percent ($)Invoiced Current Remaining Description Amount Number Amount Date Amount Completed Previously Invoice Balance 31-farce IDes n $56.895.W 556,895W 556.895.00 32-PreSmiru pest n 5113,790.0 5113.]90.00 5113.790.0 .-—1 pest 514965.00 518,965.0 5/a.96s.00 51-P,,m —Y 519.500.00 $18.500.00 519.$00.0 Totals This Unit: szoe.ls000 szo6.lsoco szo6.ls000 Overall Percentage Complete: EXHIBIT"B-213" Kimley-Horn and Associates,Inc. Client: City of Fort Worth Date: 813112014 Project: Sanitary Sewer Interceptor Improvements for Bellaire or S and Arborlawn Dr Prepared By: JCK cit y Project No.: 02321 From: 8/1/2014 To: 813112014 Checked By: JRT Title: Supplemental Invoice Information WATER SEWER THIS TOTAL CONTRACT CONTRACT THIS TOTAL CONTRACT CONTRACT INVOICE I PREVIOUS AMOUNT AMT. INVOICE PREVIOUS AMOUNT AMT. DESIGN INVOICES REMAINING INVOICES REMAINING 1 DESIGN MANAGEMENT $0.001 $0.00 $0.00 $0.00 $0.00 $0.00 $18,455.00 $18,455. 2 CONCEPTUAL DESIGN $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $25,530.00 $25,530. 3 PRELIMINARY DESIGN $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $48,325.00 $48,325.GCI 4 FINAL DESIGN $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $47,765.00 $47,765.00 5 BID PHASE SERVICES $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $9,575.00 $9,575.00 6 CONSTRUCTION PHASE SERVICES $0.00 $0.00 $0.00 $0.001 $0.00 $0.00 $40,000.00 $40,000. 7 SURVEY SERVICES $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $18,500.00 $18,500.00 8 PERMITTING SERVICES $0.001 $0.00 $0.001 $0.001 $0.00 $0.00 $0.00 $0.0 TOTAL $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $208,150.001 $208,150.00 EXHIBIT"B-3" Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR S AND ARBORLAWN DR City Project No.02321 Labor hours Fx ponse Task No. Task Description Project Project Project ER CADD I Administrative I Expense Director Manager Engineer flatrative Total-abor Tole ers.Task Sub Total Cost Subconsultant Travel Reproduction Cost Rate, ---,$225 4160 EXHIBIT"B-3" Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR S AND ARBORLAWN DR City Project No.02321 Labor hours Expense Task No. Task Description Project Project Project ER CADD Administrative Total Labor Subconsultarrt Total Expense Task Sub Total Director Mana er En ineer Cost Travel Reproduction Cost Rate; ;.5225 '-".$160 '_$115 --£100^' $90. _ 'jZ5 MWBE Non-MWBE 4`0M EGeI!D 4 61 147 195 0 0 $47065 $0 $0 $100 $600 $700 $47765 4.1 Final Draft 90%Oonstruction Plans s0 I $0 $0 4.1.1 Preliminary Design Comments 1 5 6 12 $2,800 1 s0 $2,800 4.1.1 Projects ecific Notes 3 3 2 $1,025 s0 $1025 4.1.2 Location Ma s 4 10 $1,460 I SO $1,460 4.1.3 Bypass Pumping Plan 6 18 4 53,430 1 $0 $3,430 4.1.4 SS Plan and Profile 8 Sheets 9 19 62t $9,825 $0 $9,825 4.1.5 Water ARV Re lacement 1 Sheet 2 4 8 $1,580 $0 $1,580 4.1.6 Field Verification 3 2 $545 s100 $100 5645 4.1.7 City Standard Details 3 4 $745 s0 $745 4.1.8 Special Details 1 3 5 8 52,080 s0 $2,08 4.1.8 Structural Design Coord. 2 4 2 1 $980 $0 $980 4.1.9 Drainage Coord vd BGE 4 4 5860 s0 $860 4.1.10 Traffic Control Plan 5 10 16 $3,550 $0 $3,550 4.2 Final Draft 90%Specifications $0 SO $0 4.2.1 Review StandardS ec'ifica0ons 3 7 6 $1,885 $0 $1885 4.22 Modify Div.33S ecificatiohs 3 15 $2.2051 $0 $2,205 423 Quan'IOPCC 3 5 7 51,755 s0 $1,755 4.24 Bidfonn 3 5 51,055 $0 $1.055 443 Final 100°-Construction Plans $0 s0 $O 4.3.1 Final Design Corrinuents 2 5 15 22 $5,175 $0 $5,175 4.4 Final 100%S ecificafions d $0 $0 $0 4.4.1 90%Contract Document Comments 3 4 7 $1,640 SO $1,640 4.4.2 Q..rthylopcc 2 2 7 $1,250 s0 $1,250 4.5 Dernerables *SI,41'� s0 SO 4.5.1 100%Const Plans and specifications 1 $600 $600 $760 4.5.1.. Finalize Quantities 1 4 4 $0 51 020 4.5.1.6 Finale Bidform 1 4 4 $0 $1,020 4.5.14c Finale specifications 1 4 4 s0 $1,020 50: �;Bid.Pfiase - 0 10 33 31 12 0 0 $0~ $0 ~$0 iso .m$9575 5.1 Bid supper: 7 14 14 $o $4.130 5.1.1 U load Documents to Buasaw 1 2 $0 $315 '.. Sell Contract Documents and Maintain '.. 5.1.2 Plan Holders List 6 8 $0 $1,410 2541.4 Issue Addenda 3 8 10 - S2,400 $0 $2,400 Attend Bid O enin 2 2 $430 $0 5430 Tabulate Bids and Recommend Ativard 2 3 4 £890 £0 $8M lar Drawin s $0 City of Fort Worth,Texas Attachment B-Level of Effort Supplement Typical Water and Smer Replacement P WTR Official Release Date:8.092012 EXHIBIT"B-3" Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR S AND ARBORLAWN DR City Project No.02321 Labor hours Ex pense Task No. Task Description Project Project Project Eff CADD Administrative Total Labor Sub consultant Total Expense Task Sub Total Director Mana er Engineer Cost Travel Reproduction Cost Rate -3225 '5160 '--,St15' ;5700 "390 -'575 MME Non-IdWBE 6!0 �' Con`s4rirctiomP.tiaacSem ",'r",�-.�;- 0 6o 125 137 0 0 $37,675 $0 $0 $825 $1,500 $2325 $40,000 6.1 Construction Support SO So $0 6.1.1 Attend Preconstructfon Conference 4 4 2 $1.300 $0 $1,300 6.1.2 Attend Public M.effitg 5 6 10 $2,490 $0 $2,490 6.1.3 SR.Visds 2(mo for 6 mo&21mo for 3 mo) 9 18 18 55,310 $380 $380 $5.690 Team Progress Meetings(21mo for mo 8 6.1.4 27mo for mo 9 15 1 1 $3,165 1 5245 1 $245 53,410 6.2 Shop Dravvmg Review SO $ so 6.21 Pie 6) 4 9 18 53,475 $0 $3,475 6.22 Bypass Pumping 3 3 12 5 52,360 So $2,360 6.23 Junction/Manholes 4 8 16 $3.160 $0 $3.160 6.24 ARV/SOV 2 2 4 8 $1.580 $0 $1,580 62.5 Fittings&Misc. 3 6 12 $2,370 $0 $2,370 6.3 Sp,6ficaffin tote retail n 6 16 $ 800 $0 $2800 6.4 Final Walkthrou h 3 3 3 $1,125 $100 $100 $1,225 6.4.1 Punch List 2 4 $630 $0 5630 6.4.2 F.11-U Waildhrou h 3 3 3 $1.125 $100 $100 $1,225 6.5 Record Drawin s/As euitt 45 Sheets 5 19 38 56,765 $1,500 $1,500 58,285 0 ROW/Easemenb3einces - 0 0 0 0 0 0 $0 So SO $0 So $0 50 7.1 Ri hto6En Documents $0 $0 50 �" - 6:0, _SurSe _ _ 0 0 4 2 0 0 $660 $18,500 $0 SO $0 $18,500 319,160 t, SUE Sub Coord" 4 2 $660 $18,500 5660 „ r� 31 213 546 623 12 0 5167,225 533,500 30 $1,075 23,000 537,575 5204,800.00 0X rSUti'MarkS Water Line Footage 0 0% ?-'Total Pro!cLCost #208;150.Oq Sever Line Footage 3,355 100% 3,355 100% (A) Total Fee $208,150 (B) Survey Fee 418,500 (C Total Fee $18,60 r FWatee % Sv9 % o C $0.00 1 ) Description Wp Waler Sewer Proect SUmma Conce tuai Design 30°A 31L 1$56,895.00 Total Hours 1,425 Prelimina Design 60% 32 $0.00 IS113.790.00 Total Labor $167,225 Final Des'n 10% 33 $0.00 $18,965.00 Total Ex ense $37,575 Sur 51 50.00 518,500.00 MBE/SHE SUbconsuftant 533,500 Non-MBE/$BE Subconsuftentl s0 Total Project Cost 5208,150600 MBE/SBE Partici anon 16.1% City of FoR Worth,Texas Attachment B-Level of Effort Supplement Typical Water and Sewer Replacement FWWFR Official Release Date:8.09.2012 '.. ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for SANITARY SEWER INTERCEPTOR IMPROVEMENTS FOR BELLAIRE DR. S.AND ARBORLAWN DR. City Project No. 02321 No modifications to the Standard Agreement were necessary for this project. City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 1 ATTACHMENT "D" Schedule ENGINEER will endeavor to meet the CITY's scheduling needs on this project. The ENGINEER will complete the tasks defined Tasks 2-4, in the Scope of Services in 120 calendar days. AtiadvreH D City Project No. Sanitary Sevier Interceptor Improvements for Bellaire Dr.S.and Arbodawn Dr. April 2014 ID % !ToW 5ladt Task Name D-6o. Stet Fresh 2014- - -_- -- - - _ _ 2015 M-Y i lB PO% i61d NaEcebPr¢eed 1d Tux 6110/14 _ 3 ._J_I Aug,_._„_Sep Oct N _Dec .ld, j_Feb Ma_ Apr _lAaj 4 ays W Tue6110/1 2 -0'/._ -161 days PreEngineedrg -- -_ 3daysY/ed 6171114 -__Ffl 6/13/74 3 0% 161 drys )Q& Meeteg ifi ed city 1 day Wed 6!11/14 W 6111/1 4 0% 41 d rs Oda Cc8 Dar 1 des/ Thu 6112114 Thu 6112114 J 5 0% 161 days Cdvdi 11h Other Aga des - _ 2 dajs Thu 6112114 F66/1311 6 0% 161 days Pre{waSUbwrsullaltCmbats 2drys Thu912/14 Fn61191 Y 7 _ .OY. 161 d y Concept al OSl9n - _- --- 14 days Mon 916114---Thu 713°1 B (M 163 days Sub Aare Udllty Enginoering 12 days Mon 916114 Tue7/1/1 _..__- 1 9 0% 42 tlays _-Idenhty SUE ProrMes - - 2days 1I 91914 Tue 917114 10 ---0%_ 42 days _-Flea511E--_- - -- __--- to hos -Wa7611914 Tue 711114 it 0% 174 days Qom Cogectlou 1day Mon 976174 Mon91914 12 _lT'Y 6666 53 days .......CAlecl FiisStg uhLty INmnaem 1666 1 dam....h",on 91914 h^.m 916114 J 13 Oye 761 days Conceptual Oeslgn Package - 14 days Mon 916114 Thu 71914— I I 14 0% 161 days ._._BredNOxnS _/ _ i d l _Ihm 916/14 h1rn 6/16%14 I 15 OX 161 days _Set lip O�ra9 Sheets t d) Tue 917(14 T e 917114 16 - 0% 161 days Hat tai Algnmatt - Sdays Wed 61-16M Te924/14 17 05A 161 days 0 a1cep5W Conainxt PhasBg 1 d) Wed 925114 Wet 926114 18 05 761 days Caxep1u.90PCC - _ id) Wed 925114 Wa1925114 19 - 0% 161 days Sub!Pxkage b City 0days Wed 6/25/14 WW 2V14 5 20 0%.._..161days..._..C*Feex.._.-.._ 1661... -6666_. 5 days.._Thu 6126114 Wed 701 6661_. 21 -K 161 days- R ho CamrerL4Apprmal from Ctly 1 dry Thu 7/1/14 Thu 7IN14 22 0'/. t67dy Pellminary Design 23 days FA 7/4114 Tu 81511 23 _-- OY. -161 daY Prep..60XD000malts _ _ 141ays �FA l/4174 Wed 7/23/161 24 -_. _D%._..._174days..._....Set up Gerwal Sheep 6666... 6616.- 2days 6666.Fri 714114 _Mon 72114 0 25 - 0°b 161days _-Prohio Saritayso—uucs - - --- 10 days Fd 714114 Thu 7117/14 0% 26 _ 1M6 6666 164 d 1661... �.... DH 1Sheafs 2days Fn 717914 h°mn 721114 111% _Vm 1111__ 1166. 3 27 P% 173 drys PreEm aryTrefik CoNml Plan - 3dafi F 714/14 _TUe 7/97 � ._...__..._ 6666 1666M _.._._.__ 28 0% 161 days KHA Walk Argrmenl 7dry Fd Fri 7/1914 29 034 161 days KHAOAIOC Retie x 265s lAOn 721114 Tue 7(22!1 30 K- 1610ays -__-R slat; _- - - 1day Wed 723114_Wed 7123114 31 ._. .0%.. -173 days 6661 prelininary Speclf.EOns 6611. _. 3days.__..Fri 7(4114 Too 7/8/1 p _._ 1166 1 1'166.._—/8/1 32 (P.6.._...i65d15 60%OPCC___. ----- -- -- 7d/- Fn 711914 Fn 711914 7 .- 1616 6116_ 61 6 6 6 616 161 Th. 114 33 0°/. 761 days Constructabeity Review 7 day Thu 7124174 Thu 724/74 : 34 _0%- 161 days SUtmtl PteSmitay PlaMPrcfde to Cib - i dry Thu 724/14 -Thu 724/14 J i _35 0°'-_161 days Address Co mnetl fi-n CmstructabTity Re.— 1 des/ Thu 7124114 .Thu 724114 7 36 lYl.� 767 days_PrellM ary Design Pxkaga _ BdaYs Thu 7124114 Tue 815114 ..._......_N _._......fl ..... 37 �_ -—0`h -240 days---Suhml Plans for U(3ty Cl�ranrE ides/ Frl7/25/74 Fd 72914 7 '; 38 0'b 161 d fs Subrult Prekn De fgr Pack to City 0 days Thu 724114 Th.M414 +7124 39 0% _161tlA Cdy P-i - 5days Fri 7125114 Thu 7131/14 40 _ 03A -161 days R.ehe Cannmts/Appm it From City 1 day Fd 91114 Fd 91/14 1161_ 6666. .._._..._ 41 161 dais__--_-flenslas __- 2days him 94/14 Tue 95114 42 0% 161 d y Final D.Mgni 31 chwp Wed 816114 Wed 911]/7 43 - R'% _161 d y_ Prep cr W4 DOaments - - 13 des _Wedel6f14_ FAiNM4 44 0 - 161 days Gerrrd Nots%prNpxt SP.M.NOks Sheets _ i day W96114Wei B/fi%14 .h 67_.- 45 0%....__161 days._.....L—ftn Map Shexls ..._._.6666.. ... Ida/ Tlu 877114 - T3u 97%14 6116— 46 O% 761 d ys Plan&Pmfte Sheets 5 days F"618/14 Thu 8/14/14 47 D% 220 d Sypas Ptoopmg and Seq ug Sho k.) 3 days Fd 916114 T..919114 48 0-/ 225 days 6e1 ISho -- - - idl Fri915114 F"91914 J _ 1 49 0%--- 220 days Traff C trd Plan Sheets 3days We182974 F'822114 50 0% 228 d fi gDX Sped!aEms 5 dvys Wed 9914 Tue 912174 Task Prgecl SUmmay W-� Inac0.e 1.'.t— el h°laud Sunvney RoMup Progress Prgx BeeaWArbalann Schedule Spat ...........6666... EA—ITasks 1—U.Sumrnay Mwual Surmrwy DeadGre 4 Sirius Date:Sun 611/14 Was". ♦ Erdemal t.41es O Masud Task stet-ly C Summary Irw:ihe Task ( l D-5—o ty .��—__.- FW,h Ny 3 Page 1 M.hmera o City Project No. Sanitary Sever Interceptor Improvements for Bellaire Dr.S.and Arborlavm Dr. April 2014 10 Total Slack askN Duration Stag I FI 6h �Predzce sars -- 2014 - - -- -- 2015 ...IAy I Jun_,.,..Jul Aug._ Sep _Oct Nw __D Jan__ F b_ !Aar_ pr 64x9 Jun__JuI 51 225dys 90%OPCC Iday F 8115/14 MMS/1446 71 —_ __. 1111 .__ 52 161 tlays Walk Arg t 7 day F 8/15/14 F 8/15/1446 7� ; 53 16tdys -OA/OCRY - - 2days M 8!78114 T 8/73'1452 !*,. 54 761dys R - !day Wed 6121!14 Wed820/1453- 55 161 d y Fin I D g P kag 8 d ys t'1 d 8120114 M1t 9/7!14 56 222 days SubWIFM Deslg P kag.to City 0days Wed 8120114 Wed 820'1454 8120 5r 161 days Sbmi OPCC to hIN✓9Et rCOnstructnn Goal Iday Thu 821114 Tim WI/1454 ) 56 167 days C8yft.1 - 5dys F 822/14 Thu 828/1457 59 214 tlays h7eet dh JPS&D 2 d ys F 823'14 Mo 9!1!14 58 60 161 days -- R eCmmments/Approval fmm CRY 7day. -FR 82674 - Ftl 8x!!7458 61 t6/days Pr p 780%O.— ws 5 d ys tdon 9/1/14 Fri 9/5/14 62 167 days P p Final Pfan Sf�ets 2 days PACn 9'1!14 T 3214 BJ i 63 161days�- Prepare Final Spanfiwtwrs � Ztlays Man 61!14�- Tue 62/1460 ; ._ -__ed9 146 64 272 days � FruI OPCC � _ 1day _Wed 9!3/14 Wed 631462 7 1112124 y.11. he 1111 1d—ay__ _..—".--' .__--"' 65 212 tlays 1169 Cwer Sheet ttlay. Wetl 63/14 Wed 63x7462 7 66 161 days_--�OA/OC - - 2d ap Wed 9(3/14 Th d 914!1462.63 F ; 67 161 days Renslons 1 day Fri 95/14 -F 195x1466 68 761 da s Fn I C- tru<tion Documents Package - a d-'-_._... y ys, Mon 6H/14 yled 9177/74 1111 1111_ 69 167 days Subm2 Final Cm,t.DOCSbCdy tday lAon 68H4 Mn 9R/1467 70 207 days CBy Approval-- - - 2days TM 91V14 Wetl 9/10/1469 i 71 161 days R..+.Slgnetl hTyl r Cwx Shell 7 days T-9=4 Wed 9/17114 69 _.1lddi 1111 72 161 days Bidding 09 d ys Th./t&7/ Tue 1t/ttN1 i 1111___ 111 t a ... 73 761 days Frst Adr Nsment Sdays'. Th ug/78x14 Wetl 924!1471 1r 1111 11473___ 74 161 days SecorM Advertisement 10 days Th 925/14 Wed/6'&1473 1111.__ 75 161 tl ys Bid opening 1 d y Th 16614' Thu ION/1474 76 168 days eb Tabu'allon 2days Fd 10/70174 M.10113/1475 Rec 77 76 __— daS. 11Ond 11__ 8 days AVrud - 3days. Tu 10x14/14 Thv10/16n476 78 _. _._._..._. _....._._.. _..__ 78 181 days C.nr Pkre 5days'. FR 10/70174 Th.10/76/1475 . 11110M475 ]9 - 161 days !.VlJSE CmnPiance - -- - - 22 days. Fd1011614' lAOn 11!70/1475 80 168dys M&C to Cly C—A 10days FR 10/17/74' Thu 10 5 0114 77 79.1111 ...__... et 16l days-�Avrard.rCOntmct -�- -- tday Tu 11/11/14 Tue 11/17/1479,80 ; 1111—_ 1111-_ 1111 1111 _ _ _.._._.— 82 Od y 149 d s COnst coon ays T 1212/74 Fn 626/75 83 747 days PubBc Meefirg tday Tu,122114 Tue 12/2/1481 84 147 days Pre COrs1lULU.MeatUg - - - I dW Wed 125/14 Wed 12/3/1483 BS 0days Cons! bon��- 120 days. Roan 1 15/15 F,16119/15 1 —11111111. 86 ... 0 days Rnal Wak.Thmugh_ _1111 1111... 5 days:...lA 621/15. F 626115 BS i Task Progct Summary Inaclyre l.4destone Q Manual Summary ROUry Progress Prolect 6elaWArborlavm Schedule Sput .................. EA—]Tasks Inactiva Summary C am- Manual summary P Ne fte b Status Dale:S.6/1/14 Mbd tone ♦ Eztemal h'Gksbre & M—ai Task - sw-d* C Summary 1-01.Task Oumtionar8y F As dy 7 Page 2 Legend O Sanitary Sewer Manhole Sanitary Sewer Line Parcels + F 'f , S , � e PROPOSED 42" SANITARY SEWER d°. ° sr tr ' T 0 Al v b ° b`o PROPOSED 42" SANITARY SEWER ° oa, 4 � r O e A 0 250 500 1,000 PROPOSED 36" SANITARY '° Feet SEWER REHABILITATION o 1 inch= 500 feet O DATE: APR 2014 ° ATTACHMENT E City of Fort Worth Kimley-Horn = DESIGN: JCK Proposed Sanitary Sanitary Sewer and Associates,Inc. i rn DRAWN: JcK Sewer Improvements Interceptor Improvements No. Revision By Date —I CHECKED: JRT for Bellaire Dr.S. City Council District 3 KHA NO.: 0610180XX Mapsco 75X,89A,89B and Arborlawn Dr. _ , 'FbRTWRTH CITY � wOU1�iCIL GENDA COUNCIL ACTION: Approved on 7/2212014- Ordinance No. 21337-07-2014 DATE: 7/22/2014 REFERENCE **C-26873 LOG NAME: 60BELLAIRESEWER-KHA NO.: CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Engineering Agreement with Kimley-Horn and Associates, Inc., in the Amount of$208,150.00 for Bellaire Drive South and Arborlawn Drive Sanitary Sewer Main Replacements, Provide for Project Management and Utility Coordination Costs for a Project Total in the Amount of$218,150.00 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 3) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$218,150.00 from the Water and Sewer Operating Fund to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of$218,150.00; and 3. Authorize the execution of an Engineering Agreement with Kimley-Horn and Associates, Inc., in the amount of$208,150.00 for Bellaire Drive South and Arborlawn Drive Sanitary Sewer Main Replacements. DISCUSSION: On September 24, 2013, Mayor and Council Communication (M&C C-26481), the City Council authorized an engineering Agreement with Brown and Gay Engineers, Inc., for the design services for the Overton Woods drainage improvements project. On October 22, 2013, Mayor and Council Communication (M&C C-26524), the City Council authorized an engineering Agreement with Kimley-Horn and Associates, Inc., for design of intersection roundabouts and roadway reconstruction on Bellaire Drive South from Arborlawn Drive to a point 600 feet east of Overton Woods Drive. It has been determined that segments of the existing 36/42-inch sanitary sewer main within the pavement limits of the above projects are severely deteriorated and must be replaced prior to the paving improvements involved with the referenced drainage and roundabout projects. Since the majority of the proposed sanitary sewer improvements are within the roundabout intersection project, Staff recommends that the City Council authorize an engineering Agreement with Kimley-Horn and Associates, Inc., for the necessary design services. Kimley-Horn and Associates, Inc., proposes to perform the necessary design work for a lump sum fee of$208,150.00. Staff considers this fee to be fair and reasonable for the scope of services proposed and recommends approval. In addition to the contract amount, $10,000.00 is required for project management and utility Logname: 60WSIDES34AI-DUNAWAY Page I of 2 coordination. M/WBE Office - Kimley-Horn and Associates, Inc., is in compliance with the City's BDE Ordinance by committing to 16 percent SBE participation. The City's SBE goal on the project is eight percent. This project is located in COUNCIL DISTRICT 3, Mapsco 89A. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendation and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1U2 $218.150.00 1) PE45 538040 0709020 $218,150.00 P258 476045 7031702321ZZ P258 511010 703170232130 $9.000.00 3) P258 531200 703170232131 $56,895.00 2) P258 531200 703170232131 $56.895.00 3) P258 531200 703170232132 $113.790.00 2) P258 531200 703170232132 $113.790.00 3) P258 531200 703170232133 $18.965.00 3) P258 531200 703170232151 $18.500.00 2LP258 531200 703170232133 $18.965.00 2) P258 531200 703170232151 $18,500.00 2) P258.531350 703170232173 $1,000.00 Submitted for City Manager's Office b Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: John R. Kasavich (8480) ATTACHMENTS 60BELLAIRESEWER-KHA P258 AO.docx 60BELLAIRESEWERKHA Map.pdf Logname: 60WSIDES34AI-DUNAWAY Page 2 of 2