Loading...
HomeMy WebLinkAboutContract 46411 CITY ScCRErAW l 1 CWRACT 110. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Kimley-Horn and Associates, Inc. authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Upper Clear Fork Drainage Basin Parallel Interceptor Improvements at Various Locations within the Upper Clear Fork Drainage Basin. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation shall be in the amount of*97,702.00 as set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. City of Fort worth,Texas OFFICIAL RECORD Standard Agreement for Engineering Related Design Services Revised Date:12/11/2014 Page 1 of 16 CITY SECRETARY RECEIVED FEB 12 2015 FT. WOE' TX (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 Revised Date:12/11/2014 Page 2 of 16 a (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. 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 Revised Date: 12/11/2014 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 Revised Date:12/11/2014 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 is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date: 12/11/2014 Page 5 of 16 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 Revised Date: 12/11/2014 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 Revised Date:12/11/2014 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 Revised Date: 12/11/2014 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 Revised Date:12/11/2014 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 Revised Date:12/11/2014 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 Revised Date:1 211 11201 4 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 Revised Date: 12/11/2014 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 Revised Date: 12/11/2014 Page 13 of 16 b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services,- C.) ervices;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 Revised Date:12/11/2014 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 Revised Date:12/11/2014 Page 15 of 16 Attachment E - Location Map Executed and effective this the)_)� day of*2015. BY: BY: CITY OF FORT WORTH ENGINEER Kimley-Horn and Associates, Inc. Fernando Costa Glenn A. Gary, P. E. Assistant Cit//y Manager Senior Vice President Date: Z�//rte Date: � ' S_ 0/. s APPROVAL RECOMMENDED: By L221(/ Andrew 7 Cronberg, P. E. Interim Director, Water Depa e t APPROVED AS TO FORM AND M&C No.: C-27174 LEGALITY M&C Date: February 3, 2015 By: Do gas W. Black Assistant City Attorney F00 ATTEST: �`a°` � �70 /- V a 0 ay a J. K y AS a�dk City Secr r City of Fort Worth,Texas C OMRECORD Standard Agreement For Engineering Related Design Services V RGV Revised Date:12111/2014 C�SECRETARY Page 16 of 16 FT.WORTH,TX ATTACHMENT A DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 ATTACHMENT A Scope for Engineering Design Related Services for Sanitary Sewer Improvements DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.: 02448 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. The objective of this project is to rehabilitate and/or replace portions of the following mains as identified in the Interceptor Condition Assessment Program (ICAP). Utilizing the ICAP results approximately 13,000 linear feet of main will be evaluated to determine the appropriate construction method used for rehabilitation or replacement. A corridor analysis is also included (as recommended by the Wastewater Master Plan (WWMP))to determine if master plan recommendations can be incorporated into the project, providing a long term cost effective solution. Project Year Length Begin End Size No. Main Builtfeet ( ) (Sta. ) (Sta.) (inch) 1 M-272D 1965 115 218+85 220+00 48 2 M-272D 1964 183 223+30 225+13 48 3 M-134 1927 438 127+00 131+38 27 4 M-134 1927 1,306 71+73 84+79 24 5 M-439 1984 1,027 162+39 172+66 48 6 M-272C 1960 1,774 91+12 108+86 48 7 M-272D 1962 1,798 136+36 154+54 48 8 M-272B 1960 2,321 23+19 46+40 54 9 M-439 1984 1,300 83+00 96+00 54 10 M-439 1984 1,432 53+00 67+32 54 11 M-C-1-W-7 1927 926 46+49 55+75 27 12 M-439 1984 100 50+50 51+50 54 13 M-439 1984 70 48+70 49+40 54 Total 12,790 City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 25 ATTACHMENT A DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 WORK TO BE PERFORMED Task 1. Design Management Task 2. Upper Clear Fork Part 1(WWMP Project 6) Conceptual Design (30-Percent) Task 3. Upper Clear Fork Part 2(WWMP Project 8) Conceptual Design (30-Percent) Task 4. ICAP Conceptual Design (30-Percent) Task 5. ICAP Preliminary Design (60-Percent) Task 6. Final Design Task 7. Bid Phase Services Task 8. Construction Phase Services Task 9. ROW/Easement Services Task 10. Survey Services Task 11. Permitting Services TASK 1. DESIGN MANAGEMENT ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. • ENGINEER shall manage change, • communicate effectively, • coordinate internally and externally as needed, and • proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 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 (one meeting every other week) with the CITY during the 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 City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 2 of 25 ATTACHMENT A DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • 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 12 monthly water department progress reports will be prepared 12 monthly project schedule updates will be prepared DELIVERABLES • Meeting summaries with action items • Monthly invoices • Monthly progress reports • Baseline design schedule • Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes • Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. UPPER CLEAR FORK PART 1 (WWMP PROJECT 6) CONCEPTUAL DESIGN (30-PERCENT) The Wastewater Master Plan identifies a capacity improvement project within the project limits: Project 6 — M272 Replacement Interceptor in the Clear Fork Basin City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 3 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 Building all or portions of these projects may be a cost effective solution to rehabilitating portions of M-272, M-439 and M-134, and improving system capacity. The ENGINEER will perform analysis evaluating options for constructing the main through the corridor. 2.1. Data Collection • 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. 2.2. Communication with City Staff • Prepare for and attend up to two (2) analysis project meetings with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Prepare for and attend up to two (2) corridor analysis draft review meetings with CITY staff to review study results. 2.3. Alignment Alternatives • The ENGINEER will evaluate three alignment alternatives that consider or coordinate with the following: o Wastewater Master Plan o Fort Worth Parks and Community Services Department (PACSD) o Texas Department of Transportation (TxDOT) o North Texas Tollway Authority (NTTA) o US Army Corps of Engineers (USACE) o Tarrant Regional Water District (TRWD) • In the ENGINEER'S evaluation of the alignment alternatives the following elements will be considered in a decision matrix: o Probable construction cost o Surface restoration o Age and condition of existing sanitary sewer mains o Coordination/Permitting o Accessibility for maintenance o Obstructions (non-utility) o Conflicts with other utilities o Constructability and construction type o Business/Neighborhood disruption City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 4 of 25 ATTACHMENT A DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 o Schedule 2.4. The ENGINEER will prepare a report outlining the impacts of the above considerations. The report will include: • Introduction • Evaluation Criteria • Summary of alternatives: Decision matrix • Exhibits: The exhibit will contain: alignment alternatives and recommended alignment, approximate property boundaries, significant routing features along the proposed routes. The exhibit will be prepared with an aerial photograph, provided by the City as the base. • Recommendation and Opinion of probable construction cost 2.5. The ENGINEER will schedule constructability and routing visit with the CITY Project Manager to review the proposed alignments. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information in writing to the CITY. ASSUMPTIONS • 2 copies of the conceptual design package (30% design) will be delivered. Report shall be letter sized and comb- bound with a clear plastic cover. Drawings will be 11x17size fold outs bound in the report. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • ENGINEER shall prepare the meeting notes 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 • One pdf copy and two hard copies of the draft report • One pdf copy and two hard copies of the final report • One pdf copy and two hard copies of the Clear Fork Part 1 Conceptual Design Package o Exhibits and Summary o Schematic Design (10 Sheets) o OPCC City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 5 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 TASK 3. UPPER CLEAR FORK PART 2 (WWNIP PROJECT 8) CONCEPTUAL DESIGN (30-PERCENT) The Wastewater Master Plan identifies a capacity improvement project within the project limits: Project 8 — M272 Replacement Interceptor in the Clear Fork Basin Building all or portions of these projects may be a cost effective solution to rehabilitating portions of M-272, M-439 and M-134, and improving system capacity. The ENGINEER will perform analysis evaluating options for constructing the main through the corridor. 3.1. Data Collection • 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. 3.2. Communication with City Staff • Prepare for and attend up to two (2) analysis project meetings with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Prepare for and attend up to two (2) corridor analysis draft review meetings with CITY staff to review study results. 3.3. Alignment Alternatives • The ENGINEER will evaluate three alignment alternatives that consider or coordinate with the following: o Wastewater Master Plan o Union Pacific Railroad (UPRR) o Commercial Businesses along Rogers Rd and Riverfront Dr o Texas Department of Transportation (TxDOT) o North Texas Tollway Authority (NTTA) o US Army Corps of Engineers (USACE) o Tarrant Regional Water District (TRWD) • In the ENGINEER'S evaluation of the alignment alternatives the following elements will be considered in a decision matrix: o Probable construction cost o Surface restoration o Age and condition of existing sanitary sewer mains City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 6 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 o Coordination/Permitting o Accessibility for maintenance o Obstructions (non-utility) o Conflicts with other utilities o Constructability and construction type o Business/Neighborhood disruption o Schedule 3.4. The ENGINEER will prepare a report outlining the impacts of the above considerations. The report will include: • Introduction • Evaluation Criteria • Summary of alternatives: Decision matrix • Exhibits: The exhibit will contain: alignment alternatives and recommended alignment, approximate property boundaries, significant routing features along the proposed routes. The exhibit will be prepared with an aerial photograph, provided by the City as the base. • Recommendation and Opinion of probable construction cost 3.5. The ENGINEER will schedule constructability and routing visit with the CITY Project Manager to review the proposed alignments. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information in writing to the CITY. ASSUMPTIONS • 5 copies of the conceptual design package (30% design) will be delivered. Report shall be letter sized and comb- bound with a clear plastic cover. Drawings will be 11x17size fold outs bound in the report. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • ENGINEER shall prepare the meeting notes 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 • One pdf copy and two hard copies of the draft report • One pdf copy and two hard copies of the final report • Clear Fork Part 2 Conceptual Design Package City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 7 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 o Exhibits and Summary o Schematic Design (10 Sheets) o OPCC TASK 4. ICAP 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: 4.1. Data Collection • Survey Sub Coordination and Review(See Task 10) • SUE Sub Coordination and Review (See Task 10) • Tree Survey • Field Ops Coordination • Site Visits (10 Locations) 4.2. ICAP Data Analysis - Evaluate Report Data and Prioritize with Masterplan for each location (10 Segments) • Evaluate Rehabilitation Options • Prepare Rehabilitation Tech Memo - Indicating rehabilitation type and timeline for each segment based on condition and location in basin 4.3. ICAP Conceptual Design Package • Cover Sheet • Exhibits and Summary o Cleanup Survey o Schematic Design (10 Sheets) • OPCC • Deliverables City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 8 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 ASSUMPTIONS • 2 copies of the conceptual design package (30% design) will be delivered. Report shall be letter sized and comb- bound with a clear plastic cover. Drawings will be 11 x17size fold outs bound in the report. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • ENGINEER shall prepare the meeting notes 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 • One pdf copy and two hard copies of the draft report • One pdf copy and two hard copies of the final report • One pdf copy and two hard copies of the ICAP Clear Fork Conceptual Design Package o Exhibits and Summary o Schematic Design (10 Sheets) o OPCC TASK 5. ICAP PRELIMINARY DESIGN (60 Percent) 5.1. Development of Preliminary Design Drawings and Specifications shall include the following: The ENGINEER will prepare standard and special detail sheets for sewer rehabilitation or replacement that are not already included in the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. • Cover • Overall Layout Sheets (4 Sheets) o A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the East curb line of University Drive at the South end of radius at the Southeast corner of University Drive and W. Vickery Blvd.). o Overall project easement layout sheet(s) with property owner information. City of Fort Worth,Texas Attachment A PMO Release Dale:07.23.2012 Page 9 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 o Overall prolect sanitary sewer layout sheets. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. o Overall water and/or sanitary sewer abandonment sheet. o 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. o Bench marks per 1,000 ft of plan/profile sheet—two or more. o Bearings given on all proposed centerlines, or baselines. o Station equations relating utilities to paving, when appropriate. o Plan and profile sheets which show the following: proposed sanitary sewer plan/profile and recommended pipe size, manholes, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. o The ENGINEER shall make provisions for reconnecting all identifiable 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 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. o The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering (SUE investigation has been performed). The Level A SUE will be performed; (1) by the ENGIIVEER 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. o Provide map showing location of new manhole construction at the end of existing sewer segments, 90 degree bends, or tee connections. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 10 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 • Rehabilitation locations, Project 1 (N. Trinity Park 1), Project 2 (N Trinity Park1), Project 3(S Trinity Park), Project 4, Project 5 (Riverside), Project 6 (UPRR East 1), Project 7 (UPRR East 2), Project 8 (UPRR West), Project 9 (Hulen), and Project 10 (M-C-1-W-7)will include the following: o Rehabilitation Plan sheet/s— Plan and profile as necessary for rehabilitation and relocation of identified segments o Access Plan — Indicating contractor's operating area and access to site. o Bypass Pumping Plan o Erosion Control Plan o Traffic Control Detail/s o Tree Protection Plan o Park Restoration Plan— Park restoration as directed by PACSD o Trail Detour Plan— For work near Trinity Trails 5.2. Geotechnical Sub Coordination • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. 5.3. Structural Design Sub Coordination 5.4. 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. 5.5. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • 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 City of Fart Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 11 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 project. The DWF files should be created directly from the CAD files as opposed to PDF files. 5.6. Stakeholder Meetings • ENGINEER shall prepare for and attend meeting with the following: o Fort Worth Parks and Community Services Department (PACSD) o Fort Worth and Western Railroad (FWWR) o Union Pacific Railroad (UPRR) o Commercial Businesses along Rogers Rd and Riverfront Dr o Texas Department of Transportation (TxDOT) o North Texas Tollway Authority (NTTA) o US Army Corps of Engineers (USACE) o Tarrant Regional Water District (TRWD) o Fort Worth Special Events ASSUMPTIONS • 9 stakeholder meeting(s) will be conducted or attended during the preliminary design phase. • 1 CI borings at an average bore depth of 15 feet each will be provided. • Traffic Control "Typicals"will be utilized to the extent possible. It is assumed an additional 6 project specific traffic control sheets will be developed for University Drive, Old University Drive, Rogers Road and Riverfront Drive. • 2 sets of 11 x17 size plans will be delivered for the Constructability Review. • 2 sets of 11 x17 size plans will be delivered for the Preliminary Design (60% design). 2 sets of specifications will be delivered for the Preliminary Design (60% design). • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • 5 sets of 1 1x1 7 size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES • Preliminary Design drawings and specifications • Utility Clearance drawings City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 12 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 • OPCC • Data Base listing names and addresses of residents and businesses affected by the project. TASK 6. ICAP FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT) 6.1 Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • 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 opinion of probable construction cost with both the 90% and 100% design packages. 6.2 Stakeholder Meetings • ENGINEER shall prepare for and attend meeting with the following: o Fort Worth Parks and Community Services Department (PACSD) o Fort Worth and Western Railroad (FWWR) o Union Pacific Railroad (UPRR) o Commercial Businesses along Rogers Rd and Riverfront Dr. o Texas Department of Transportation (TxDOT) o North Texas Tollway Authority (NTTA) o US Army Corps of Engineers (USAGE) o Tarrant Regional Water District (TRWD) o Fort Worth Special Events ASSUMPTIONS • 2 sets of 11 x17 size drawings and 2 sets specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 5 sets of 11 x17 size drawings and 2 specifications will be delivered for the 100% Design package. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 13 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. DELIVERABLES • 90% construction plans and specifications. • 100% construction plans and specifications. • Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. • Original cover mylar for the signatures of authorized CITY officials. TASK 7. BID PHASE SERVICES ENGINEER will support the bid phase of the project as follows. 7.1 Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. o Contract documents shall be uploaded in a .xIs file. o Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and AM 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 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. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 14 of 25 ATTACHMENT A DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 • 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 • The project will be bid only once and awarded to one contractor. • 10 sets of construction documents will be sold to and made available on buzzsaw for plan holders and/or given to plan viewing rooms. • 10 sets of 22x34 size and 10 specifications (conformed, if applicable)will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES • Addenda • Bid tabulations • CFW Data Spreadsheet • Recommendation of award • Construction documents (conformed, if applicable) TASK 8. CONSTRUCTION PHASE SERVICES (ONE BID PACKAGE) 8.1 ENGINEER will support the construction phase of the project as follows. • Construction Support o The ENGINEER shall attend the preconstruction conference. o 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. o Visits to Site and Observation of Construction. ENGINEER will provide on- site construction observation services during the construction phase. ENGINEER will make visits at intervals as directed by Client in order to observe the progress of the Work, up to twenty four (24). Such visits and observations by Consultant are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER's exercise of professional judgment. Based on information obtained during such visits and such observations, Consultant will evaluate whether Contractor's work is generally City of Fort Wofth,Texas Attachment A PMO Release Date:07.23.2012 Page 15 of 25 ATTACHMENT A DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 proceeding in accordance with the Contract Documents, and ENGINEER will keep Client informed of the general progress of the Work. The purpose of ENGINEER's site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide Client a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. o 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. o 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. o Shop Drawings and Samples. ENGINEER will review and approve or take other appropriate action in respect to 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. o 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. o Inspections and Tests. ENGINEER may require special inspections or tests of Contractor's work as ENGINEER deems appropriate, and may receive and review certificates of inspections within ENGINEER's area of responsibility or of tests and approvals required by laws and regulations or the Contract Documents. ENGINEER's review of such certificates will be for the purpose of determining that the results certified indicate compliance with the Contract Documents and will not constitute an independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the requirements of the Contract Documents. ENGINEER shall be entitled to rely on the results of such tests and the facts being certified. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 16 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT N0 02448 o Disagreements between Client and Contractor. ENGINEER will, if requested by Client, render written decision on all claims of Client and Contractor relating to the acceptability of Contractor's work or the interpretation of the requirements of the Contract Documents pertaining to the progress of Contractor's work. In rendering such decisions, ENGINEER shall be fair and not show partiality to Client or Contractor and shall not be liable in connection with any decision rendered in good faith in such capacity. o 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 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, ENGIIVEER will notify Client and Contractor. o Final Notice ofAcceptability of the Work. ENGINEER will conduct a final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list so that ENGINEER may recommend, in writing, final payment to Contractor. Accompanying the recommendation for final payment, ENGINEER shall also provide a notice that the Work is generally in accordance with the Contract Documents to the best of ENGINEER's knowledge, information, and belief based on the extent of its services and based upon information provided to ENGINEER upon which it is entitled to rely. o 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. o The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list 8.2 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 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 City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 17 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 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. • Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. ASSUMPTIONS • 4 RFI's are assumed. • 4 Change Orders are assumed • 40 Shop Drawings reviews are assumed • 24 Site Observation Visits are assumed • One PDF copy of half size (11"x17") plans and one full size (22x34) plans will be delivered to the CITY. TASK 9. ROW/EASEMENT SERVICES ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 9.1. Right-of-Way/Easement Preparation and Submittal • The ENGINEER shall determine rights-of-way, easements needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM for real property acquisition • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • 18 Easements or right-of-way documents will be necessary. • 6 Easement vacation documents. • Right-of-Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 18 of 25 ATTACHMENT A DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES • Easement exhibits and meets and bounds provided on CITY forms. TASK 10. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 10.1 Design Survey: Surveying service shall be performed by Registered Professional Land Survey Licensed in the State of Texas. Surveying shall include: • Survey shall be within the right-of-way only. • Property Research: o Research property owners and obtain copies of subdivision plats, ownership deeds, and easements. • Temporary Right of Entry o Prepare Temporary Right of Entry in conformance with the checklist and the template available on The CITY's Buzzsaw site. o Prior to entering private property for survey, prepare; mail; and obtain Temporary Right of Entry from landowners. o Notify the City of any land owners that refuse to grant temporary right of entry o Maintain copies of all executed Temporary Right of Entry letters on the CITY's Buzzsaw site. • Control: Provide project control including: o Establish horizontal control based on NAD 83 and vertical control based on the CITY vertical control monuments o Set temporary bench marks located so they will not be destroyed during design or construction. • Perform topographic survey (As indicated in table above) to collect horizontal and vertical elevations and other information needed to design and prepare plans for the project including existing sizes, dimensions, invert and rim elevations, and frame and cover size for the following: o Right-of-Way • Property corners and establish ROW and Property lines • Existing easements City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 19 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO..02448 o Paving • Back and top of Curb • Curb Gutter • Edge of Curb • Edge of pavement • Pavement transitions: brick, asphalt and concrete • Concrete valley gutters • Sidewalk • Driveways • Barrier free ramps o Traffic • Traffic Signal Pole • Traffic Signal Mast Arms • Signal controllers and foundations • Signal pull boxes • Signs • Illumination poles and pull boxes o Storm Water • Inlets • Junction structures • Culverts • Headwalls • Swales • Channels • Rip-rap 0 Franchise Utilities • Electric 0 Power Poles with Guy Wires 0 Underground Electric 0 Manholes City of Fort Worth,Texas Attachment A PMO Release Dale:07.23.2012 Page 20 of 25 ATTACHMENT A DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 o Transformers o Switches • Gas o Buried gas mains and services o Manholes o Above ground structures o Meters within ROW or easements a Gas line marker signs • Telephone and Cable o Buried cable lines o Buried fiber lines o Risers o Manholes o Pull boxes o Water • Pipe lines • Valves and valve vaults • Service lines • Meters and meter boxes and vaults • Air release valves, vents, and vaults • Blow-off valves and vault • Fire lines • Sampling stations o Sanitary Sewer • Pipe lines • Manholes • Cleanouts • Service lines o Trees • Caliper Trees larger than 6-inches in diameter City of Fort Worth.Texas Attachment A PMO Release Date:07.23.2012 Page 21 of 25 ATTACHMENT A DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 • Canopy 10.2 Subsurface Utility Engineering (SUE): • The SUE shall be performed in accordance with CI/ASCE 38-02. • Four different levels of SUE are identified. The following is a description of each level of SUE used on this project. o Level D o Level C • Field locate and obtain horizontal position of visible utility surface features for all of the utility systems described within Level D. o Level B • Indicate by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, including electromagnetic, sonic, and acoustical techniques. • Approximately 0 feet of direct buried water line is identified for Level B location. o Level A • 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: o Excavate up to 10 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. o Obtain x,y and Z information at each test hole. ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction. DELIVERABLES None TASK 11. PERMITTING SERVICES 11.1. TXDOT • Prepare one (1) permit for utilities accommodation within TxDOT ROW in accordance with the TXDOT requirements_ City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 22 of 25 ATTACHMENT A DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 11.2. NTTA • Prepare one (1) permit for utilities accommodation within NTTA ROW in accordance with the NTTA requirements. 11.3. Railroads - Union Pacific Railroad (UPRR) and Fort Worth and Western Railroad (FWWR) • Coordinate two (2) railroad crossings. • Obtain Railroad crossing requirements. • Submit one (1) plan sheet to each railroad owner for each proposed utility crossing. • Plan sheets will be formatted per the AREMA guidelines. • Proposed utilities crossing railroads will be designed in accordance with the railroad owner and AREMA guidelines. • The ENGINEER will attend one (1) coordination meeting with the CITY PROJECT Manager and or a Representative from the Railroad for each proposed utility crossing. • Prepare one (1)exhibit for each proposed utility crossing. • The ENGINEER will make one (1) visit to each proposed utility crossing with the CITY Project Manager and or a Representative from the Railroad to convey the design intent. • CITY is responsible for obtaining Permit/Easement, paying all fees, and necessary CITY Council action. 11.4. Trinity Regional Water District (TRWD) and U.S. Army Corp of Engineers (USACE) • Prepare ten (10) submittals to TRWD/USACE each consisting of the following: • Ten (10) copies of 90 percent CITY PROJECT submittal to TRVA for review and comment. • Review and respond to one set of comments for each submittal. 11.5. Park Land Conversion • The ENGINEER will prepare and submit [one (1)] City of Fort Worth Park's Department Conversion Application including the following: • One (1) aerial exhibit indicating existing easements, tree save/removal areas, construction staging and storage areas, landscape areas,fences, signs, access points and all alternate alignment options. Proposed pipeline should be labeled with pipe size, linear footage of pipe, width of easement and boring/open cut locations. • One (1) CD including snapshot size color photographs of the existing conditions of the park property. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 23 of 25 ATTACHMENT DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 • Explanation of use for any park road or property identifying duration and frequency of anticipated use as well as types of vehicles that will require access. Necessary signage plans and anticipated disruptions to traffic will also need to be submitted. • Proposed preservation, security, environmental protection and restoration plans for all staging and storage areas. • Letter of Request for Conversion • Letter of Permission to Survey • 8.5" x 11" Survey Exhibit for Park Board • Legal Description, Copy of Deed and Copy of Plat/Abstract Stake proposed alignment, permanent boring locations and temporary workspaces for final approval. 11.6. 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. DELIVERABLES • One pdf copy of applicable permits. • 10 copies of 90 percent CITY PROJECT submittal to TRVA. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 24 of 25 ATTACHMENT A DESIGN SERVICES FOR UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS CITY PROJECT NO.:02448 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 • Periodic site visits during construction phase • Design phase public meetings • 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 Subsurface Utility Engineering Levels A, B, C or D • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Construction Shop drawing review, samples and other submittals submitted by the contractor. • 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 25 of 25 ATTACHMENT B COMPENSATION Design Services for UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS City Project No.02448 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $697,702 as summarized in Exhibit B-1 — Engineer Invoice and Section IV—Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Kimley-Horn and Design, Bidding and ° Associates, Inc. Construction Phase Services $601,102 86.15/° Proposed MBE/SBE Sub-Consultants CMJ Engineering, Inc. Geotechnical Services $20,000 2.87% Gorrondona & Survey and Easement Services $41,600 5.96% Associates, Inc. Jaster-Quintanilla Structural Design $15,000 2.15% Dallas, LLP The Rios Group Subsurface Utility Engineering $20,000 2.87% Non-MBE/SBE Consultants TOTAL JqaL702 100% Project Number & Name Total Fee MBE/SBE Fee MBE/SBE 697 702 1K.600 13.84% City MBE/SBE Goal = 13.0% Consultant Committed Goal = 13.84 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 Em ) _ � � . $ e § § \ _ \ � \} � k { } � o E _ § 0 o m` o � E \ \ k \ 2 ( } CL E E § 2 ; 2 ) a e C6 / \ ƒƒ § / 0i f E - ] ; -50 \ \ / ` , ) x q - ) t ! e } - H _ LU -E \_ / \ \ {\/ ) k \ ( \ k \ / - [j ) ) /} j \/ ) ; R : 2 0 ! 2a ! \I k .. k ) \ ) k \ c E o E 0. _ _ � 2 0 \ � ± _ k % CL ° J ■ 2 e 2 kCL _ k ƒ E _ 'a o d § o 2k 2 LU CL c { / y ; $ C4 � « § 2 kk2 g / � E ! t z "5>0 2 ma / \ \ }/! /! }! \/ E§/ k § G«CL m » « « ! 1££CL CL G o L/£ m / ! _ \\} ) k) J/ �I � § 0 CL 0 2fo <G ; \ a )/�k : k / � J § \ ] | ® ) m R �f cc ; CL \ ` § w \ }� \ |� - EZ 3 ! ))§ ! - \j ) j ] 0 =,\k2 e CL k-C / � § ) I \ - « ■» ¥ • o � toD $ _ \ k \\ / n ; / kk E Z � !\ « - - ; . 2f £)J & E \\ ; \ J Q}ƒ�; ; � k\�kk{ / § E E7\`a/# o aC 0>0 co a aa£=oz o U>fLLL a \\ \\ LO YC) O O O O O O O O O O p CD U a H C7 0 0 0 o O o 0 0 o O0 p U Z Di (D O c0 r (f cD o4 M .I- c) N LO m f— V f— V O N p C Z m I M V O r O V e0 O h mr O m - (y9 ((') M H r Z Q (A EA (fl 69Z" (y) E9 Q) O w (fl (» e» to U a .. o o O OO o O O o o O p H o O O O o o9 O o o O fyC m m U H 6 (D O 00 f- m (D 00 M V N C j 0 Q z CO N (D m f— V f— V O N o ` = m (f1 't M Vi o0 octi (p Y H O M O m r- N 7 U, � M ti Q, d Z M (A ffl — - EA 69 UA eA Q) m L W O Q (D a U w U60 o 0 oO o O o O o 0 o p w o C. 0 0 0 0 09 0 0 o p U) w 0 0 0 0 0 (D (D 0 0 0 o O Q O U w 69 u> e» be e» 69 e3 ua w e» 61 F O w O X Z a - 0 o OO o o O O o O o p C? O o O O O OO o O O p w o o O o 6 0 0 0 0 0 0 O z LO O O O O O O O o O O O p H (� o o O O O o O O O o o p o U z o 0 0 0 0 0 0 0 0 0 0 6 N w (A 69 eA fA eA eA eA eA fA eA in. M ~ Z z a Q O w U � 0 0 o O O O Oo OC) O p o o O O O O o O o O O p Cfl (� z 0 0 0 0 0 F" z O 00 O a = c HU X d Q o o O O O O O O o O o p W o O O O O o 0 0 0 0 o p > O �' cn o 0 0 0 0 0 0 0 0 0 0 yr c `� ~ > O EO0 a z o a - �- o o O O o O o O o O o p Gl 0 0 o O o 0 0 0 0 0 o p W 0 0 0 0 0 0 0 0 0 0 (D Y C) L69 (» e» w w e» e3 e» be e» e» C O C LL Z N — Rf m d C V (tea O CO C c w ` L > W cC o o C U (w _U U LL O Q Q (n to w U az az w w U) > w 0 o Q � 0 .2 O W Y (.� Y U( J Z w = W U N N V C W O w O w < U d w 0 4 0 -CL O w p w p Q U > z z U w UDo c z QQQ� Q w o cwno cC a� Q w D 7) U J -j w U w w z L p d Z U a U d Z w z < � < o Q Q } o z — (D w0LUC) a 0 w > � a cn a z a z a a a z Q w a 0 a 0 Q Q Q O O D w 0 o cn z o � U � o U O U m O a w a v a t7 M V U') (D r c0 5x LLI\ LU uj f / m E / � 0 a § -r2 = Q � o # q k23- c k \ / a ` F- CO Z Fn_ tf _ / § / c > 2Luo � & aim o \ / \ C.) \ 2 ` \ \ !! / f0 / 2 ) { {k�\ i § \k ca \\fes r :§ \(\ \ )ƒ{z \)\} v a 0 Q N m r � a N R C +fi Wi+h N n M O N LY N N �i W w InH W W 1/N W YS N�fN!!N h VNl� N N K R ~ H O N vQi 4+r 60/1 W N H0i M N i0il N 222 ' a,til 0 tOiR W 0 VOl W M 0 N 0h N N 10/i N O R C w t9 lU y O W 0 p N O U � � J D O a v � o y � w c m H w W w 4] c V1 R C j O C Z O O (� ULu a3 J m C N 6n d 99 $ Cl -Ci cYi $ t4ie vai n do M u3 w :ex nwi+ ar�l � rn n 'O w o ni N M a a+l n n sn�ri ri ry H tv tiww»wwwwt�ll O J O O_ E H 0 y O N 7 L pp L d m Vl 0p U M d Q U D -W a F (n Q' c ZO o 0 m V C m O tD N N Q lD M m m O m N O O m W X W W 0 O = d c a 0 W c r r r L O N (p O N Q W Q m m (O tD N N N N N N N N N N N N O N tD O N Q T N r N r O lU N al O a w U N a 'o c Q Q A O Q N a N (O N N a N LD m D a u c Cc CL m R R ❑o d E y c m N c IL -' iE - o a C C O. O O A�= C E o a d N a 0 0 o a E € ` R o f m 'w c o W mm W o a m m a c U'- w Q a 9 U N o = ¢ .. L U J a U w m o U y- 'a °' °' y " cn m p LL 0 m o a .2 E m c ai w D t i m ` L 7 m U C O Q G O R D❑ U p O N❑ E (0 R C O U O y N O C LL c U N N E N y Y C ,Rl, a N H a U o o ❑ �' m c c c U a 2 o .- 3 U cc U o -o c t - " E Y m ai w U U 3 u m c o m m Q 0 Q U ❑ > m -' 'Rt > o H c m a m E LL a o_U m n co R 0 t0 R m v c R N ❑x H Q � m L m U (n w U w U a H x m ani a d N a m 6 0 i9 LL LL N Y f ._ 2 U' H Z a H (n N a W N W(n O D N R U ❑ ❑ Q H G U ❑ W d d E c R n c» x`0 3 Lo H N U) N m Y - - - N r r M - r - .- - r r Q r r - r r.--.- r.-r r-r R O R IU F O r N N N N N U e`d N 3 mm ti O U U U Q H LL v 0 0 v M m a ov o oo � aQocoo � 0 000 o�000c`�og� 10 C, n N w IFP 2211dd N 0 tpgp p p p pp �p N m r 4 c'i t'1 s'f l°1 to M M M 1'1 M l`�M PO IQ O r- N •- Y rp W N dl VI y N N W N Y1 Ifl V1 W I.9 M tli N VP Vi N N In Vl 1R N N M m~ f- o a O O o O O o G a o O O G O 4 pa G 4 C Cl p o 0 0 0 0 0 0 0 0 o O pp G O N N M N N IA N N Hi N N •/1 h Vl III N N N h W N W fli l VP V!H Vl VI N IA O 1A Ih U1 IPl R C y p m O F i U W c o � 0 a N -- N U � 3 D O a m m � � c m H w W N to C 4! C O N Z C O W y aw a+ m C N fn N O O O w O mm 0 0 O p 0 0 0 Ci O O o N O a c0 O O O O o O a pp O{p pq H O .) N N OI �- QP m 0I.O O M,C1 M M M M M(M(yy M{{1�yy f17�Np t'I 19 YI`7 O 1�• CQ N(p w N N N N N I�iF N NO N 0 Vl�N N N Yi N VJ N 171 N� NIR N G F a-I m a y Zs O > O S Q pp N 0 O U N mW j p U C Q S]. ._ F- fnQ' ` C Z ❑ o O m O itv XW = m 'O W N Q m ( (o (o m N O O Q7 CO W O0- ' W C o DL N O Q m O p O W N N N N N N N N N N N N O N m O N O 1 U) •- O o N ...� F- N O C O O0 a w U m ° 'e Q a� � a � U C 'C o. _ m o ❑ = E y x m m c a m Cl. E c c E OIL U O m e D M .N .L oc Q op D c E c m co E w rn Y ❑ LL O U UU C DU a c o 'n�q a> N m a m D 0 L m p L m U m m o 0 In m E m m C O C m N O C d C V m E C N c U U y U o. U o u d y o m m Q 0: rn ❑ 5.(�^° r C i o (miP c ''oc E LL a E o_U d a co a c m !a o °' cmUU) wUw��UdH x m c m m o.o LL W f m ]C D: _ $ U' � a H to um v w m w cn 0 O Z) O Q H Q U O o Z ri of of ri ri ri ri ri o v v. eev:o:qv:v:vvv.v: a� ui u>vi H atoll tC m.m C. o 3 �O LLE tryq T U U U 4 h W Q 0 o Q m �O�p�p ffpp ��pp tQQfp� cQp pq a� D- am" N NNN®0 W O �fb lD t0�m�CD 0 NtV NO�H� ^i[f rp � V(�'1 1'1 N(V NNCyNNNNfV ID Rw� Kl Y O H N C 0 VI n t m n cOtiVOl c o 00 N VOI O N W O@ VO!tah M H M VO! A O Fp- x U W C 00 O CL a 0 a m y � w N C d F W W w " m C N A C O C Z p a w m C y In N 18 E O N.N NNNI\fV ryryNnN Om ¢� nw4ttf Q 0 O J �- O_ _ p N w !A M l 49 V{w Yi w w w w N w w w w 19 w Hf w zi a�U G H z Z O i N Q. ob 2 LyOo N C c❑2 N f0 Y y o E v C6 W U � 0 " CL w .� �. �m y U O n m X w = 7 O o 1- O N W'11 N N N N N N N N N N 00 00 N m N m Q w O = N C . W r ❑ 'ro U L N v Qmao mmmmm.m mco moo .0 Q oN� J H ❑ m d o m N S N O) 07 C7 W�dp W W W(D W UJ cD �N Q c N a g Q CL io in ao �n N C C .0 a 0 o` m c ❑ y a w L o E m M Y O c L N m y a O d O N~ p L N D N !n O UJ 47 N -L m ep j L d M U 1 prd.T O e � g c d o .y O p ' p O C O p C d _ ori E m o a D J N L 0 F' o�m3 sus t me c m ? ]❑� N ch w m zz CS a> c m E ` y a a a d 3 n u L a m W d maa EF�H c >» o xUmu'am N nd a m In V7 H LL(n a m Z Z In U K 6.C 01 0<U W U C N m U D U mrn U �❑ _ _ _ w W N umi o m n m o m am = N N f y y N N C') C') O I a D: N N N N N N (V M M V V M M J aQ e a 3mm� r.o a3 U Q H u N Q R U1 N R CL O n m O Q M f'i M O 4 i+l tm t•i(�Q {+l {7 M C1 M M O Q C}Cry�+1 p q cR(�i N 7 f7 MIMI [[��p u•1 4l Yl K u]V' +d]uS✓I U1 N1 tf]�[Y YI N N 4ml LL�N r-Y5 AL1 n d O KCJ Oiw� m m rmfDmm m w wW ,_w 11AR w w s o or w A r � 00 ✓Oi N h N N N VClN N vQi vni vGi N N w H N N H N N e0i1 N Q b�9 w N�Di1 1�/!N N N N N N M N N N N h W IQ9 h F x U N W c o O w .0 7 D O 4 d a a w m > m r w w o m o A m o c o w w = C � N a w o W 7 m N C m m w d N"' ,r W m4m�1��mMl1 YWWi W Q�DNQ �Q3mN 00 m mmm6Sw r mmmN m mm N'CO ���pp r�,-wM�to VIw w 'NN wN w �wNN NNNN �'N NN �N NN �N N Nw G °U w E F � y o d o . L D N a m O c w N c � Ym v., Q � c a a r XC m Q1 m �v vcQQQeQe eeeeee Qcvvveve evev ve vv w 0 N W O = d a C w t V N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 'ma ` ` n v v O a w Q c `y a� Q a Q - � n a N v a a a o da my ama � am d ama R aRm aa� a� am LmaNCR NacRN amC 2 -�sO! Lm aR CEy3 pUcoo� vC mO ad=a-`co L_ac U.? mO O O`U❑C's-�oOR Lm aC0 pOC UOC-'mOQR mL aR CNJ pOC gcE Na jo E R @ CU ON RU o_� a W m m R R � RR M o R mm - ¢ .¢mw��a� amw�aacu� N NNoao ui U)ad a mUUa a' K 0: C N R z r m m y LLE T 1� a U Q r s N � O r m 4 uS�is'1�O r u�'���i]'F3 frRf u'!w�����it�j N�4�'➢��G'•ems]t1�1 N N[`J.N� 4A�6(Of0_���!�1�8 N m .=ww�� ,.:wwwwww n. ra�.m www _•w nwww N.��.: M,.:.-.n o w w 'n �w wwwwwem wvr A~ H Q O O O O O O O O g q O O?O O q O N w w w w w�7 w yA'w w N Vl uq N u5 aA VJ✓1 cn N of W N Vf w w w 10 O uY w w✓i[A eA M w J dtM _ 0 C y O n O W F %U w in W O U O O a a z d w ` c m H M W W 00 m 3 c o j O iA C Z O O O (A U W O O m N to R� N w rs� E ao (pm"R9mmmmmui wpm �'�w�am�m` c�� r4vN mmmm N y Mw �wwwwww rwN ✓lwww {{yy w.r J O N M W W 9M w YN1w wMenwww CL m U E `p m a 00 N m Y N g o E C O Q v C a Q a W Z0 ❑ 1 In of o m N U _ rC m •p o v o v v c v c v o v c v v v v v c v R V V W V V N V V m v a v v v v v X W O al o = d ? w O U L N N N N N N N N N N N N N N N N N N N N N N N N—m m—V m V V Q Q Q Q Q a° m d Y J c O o w � e= � a � a CL A N N D a U C a` N -- m 3 c W _ c c 0 0 O m U c m o c o m � m ama� ama o ao m a � oam � w Y O c O C 0 O N O C N a`O O. C O N U(n y c ..o D. Qa _0Um m m p> E _ l° c c ? c c E ami d d U E m m o ' o O m o o m m o c Um s a a U U o m aoi m t w w U U mm t 0.a c o U J _ ra m E c =cn in o =u) vui o uatt0=rn o uU=<n a1°i =a`>I u7I nEo L m m o 2 T cm m o 2 m 'm L m m o['m L m 8 °N cm aui ' S U L D v E o F¢ a m m a¢m w m a¢m w a F in a¢m w �a¢m o x v a a a a U U m? o= a w 7 U H Z D Ko m m U oNtn¢ ao O G O m N Z U ch Q i0(O 1�N t0 cp m cp N c0 cp t0 C J m m I— N ui N N t7 V lD N N�O N N N OO .V u7 LL'i N N �[) >m N U O Q>a O m _� d U Q H w 0 `o m CL O� '1 r tt��O v m t•1 i^) M M�y B O f'�M c'l 1"F a V U My M tY�'�f t7 0 9(� �y O Q f'1�y M a O J� M W W W W Ql m mA m m W W �W 67 W Nm `� ON w N N r N N N N N N N N N N N N N N w w N N w N - N N x p N N N N r w w H A N N N w w N N N N N w N N w N N w N w N N N N w N w w e»N w N w N N N N N N C y( m O F a U w 0 0 o � 0 _ rw cv a 0 a K 0 w N N C d F w w w m c H Z 0 0 w N a w � CO C � N Q) d `o w o,�moornwPmm N N N w NNNN w T w N w w w w w N w N `N 0 Q . U p E F m o Z O >_ L Q CO N m Y N m o E mCDaCD a Q w c Z o CD r m N v a o (n m U XW 7 C m O Hcn v vvvvvvv voavoa vaaovvov v vov vo vo W O D .� m d � W y C y o L - W V V N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N CD Q D ; m N J F Y J m e CD e v v - - - -HT H] T u 61 U y m Q c � a m Q Q N 7 a 'u c c a a N m m m a a a m - v m Z v m o m W N W a W m W (0 (p m W W m a u a a a 0 a a `0 v m'o a m a m a m m a m a c c d a m m a m N c c Y Z c o c o (o o c o❑ oo c o c o m Q c p O Q c o O m a o dao_ o Via` o oo_ 5 0 c E c.� E c E c= E c c N m m a o u o _W o c o m o o me o _0 5 0 0'c m U m o d co m m co m co_ m 4 0 D D C J m'N C a U U U Q m N W m N C U L N C m N 'n u)=cn "' o alto=U) " o oir o oaft 0-in o o=� u, o u Ea' f2 m W Q m m "m m cm W Q m m m m o m m 2-.aamwr-mai`-maamwn-maamw��o- mamw�damw� w Qm a d cU00.a' ¢ ¢ c c m m N w m _ m O d Z 6 m N F m f/1-y N(7 Q �O m r m V O"' CV v J F o N W a)W(O m m iD m > ' . 0 .3°- smQ UQ(-LL Q _ s N_ _O Q W O m r � a oQ to�oQm �u�ioQMr�r»�n cn c�ov`�i�w i�n�h� M �N M w w N M w w x o N F h IW/!�A VI h ffi w N N 1�/1 h N M v4!u�i H W h/C,Vim/N N V�1 46f N M M M. N�A M Y�9 W W N OI Of O N w O W c o 0 o �� a 0 a d v c v � w w m c �n o c Z 0 N a w � m c N V d E CJ Q C)ty M M O Q lh N1 l7 til O Q yC')j 4'l Q]M t`1 O Q Mi iYi i�f Q t0 W�9 N Q h-ti 1 A '-' 0 J O w M M M M M Q q U E v O >_ CD Qc. m m o E m Q c O a O.W c Z o o [0 rm IOD v ¢ O � N U X C Wo � C � •p v v v v v v v v v v o v v c v v v v v v v v C V V V V W N Q Q .� t O = d w W UL ` N N N N N N N N N N N N N N N N N N N N N N N N N N(0 Op N Q O 0 u v O a w L � � y a � Q Q N N a U C C CL N a y n LU w 0 o � K m U c CL a a g o c o N N C n N C N N C N C m m C N m C D V O m a m i a m -�, a m m m a a m m a m m w o n a 4),Q a m m a d d a d cc _ CL -oe w a m m ac U'Et c cy oo co m Cm a°o v❑-m=L` o eo 0� '>ao E E m 0cC U `mn-rcmOi c❑>cyLn° caa> dde oc co- mcLaU a a VLa a N u_N C)U) c mQ 0a ax- m orn aome m m 8 ¢ Wya¢Oam wz E�m' NoNoai 0. m w F-r a H d ¢m W N d s a o LL J1m 2 c m a W 0 O m d Z r O L m n a' N m N N N N N N J 2 F- cp cD c0 1 0 c0 c0 W f0 N Q O . C C m S 'o U Q F LL s N a o A�myy 88�no.��ppNN p�O�mp� ow0001 N p6w 0o y Q 0 0 0 0 0 O O b Mq'N O Y O N N A~ f O 0 0 0 0 0 0 pp 0000 0 0 0 0 0 O J p p 00 O n N N O N N N Oi N N N N N N N o - N " N C N N O H mo W C n O O O O O O N N t!i U � J C O a 0 y j N N C d H W W � m C VI C O N Z c O O u ✓+ a W C N N N O N W N f N O M1 O N N 00 0000 a N N tp O)k c0 f-u'� N rf rl i�N f�V O J N N N N N N N CL AU _E CD co C Q wO `o v NY N v O m ` a U C Q a w ._ � > czC S o m h V � U a D Q (0Q O¢]N Q N N N N N N N Q N N Nm " N X wo= w o = 0 m a 3 W > U m „ L W N Q (0 m Q O Q N Q N N N N N N N M N N N W N N J F- m m c t a w` CV Til QI Q HIT CD U v A Q c N a CL CL I[T[ O 7 a cc z CL `m a 0 � a a c � W -C N U C ry C N N N q - d v2 N C O E ,n 7 b y U C C y, u m a`O IT fL� oa om LZ.,) cn 'o a u0 a o L O G O U C C C N O W N mm N U.r.. U y O U U o y~ - W W = 0 D C N H W L N Y L a 0 Q N m E O IL aa'� r maL v � Eoaa q ua v . A > > >ae q m -s a`m¢ a ox�u� vm stns= a`a c ami m c 0 0 0 Q c LL tr 0 m a W D U Z ii rn ii ii in¢ - m z tr o w y m o memo° z m n y Q N N r r O)Oi-Ot Oi Qi 6i Oi C J N N ....1010.. m rnOtD(O O�o tO 0tO O w n i� n r r n r O 'V ai rovi m 16t7 rr 3mm� �2f0O U Q H LL `o 0 m a W o m Soo 6e O R O a N m_{gyp f�� mQ Np 17 OD t!1 0 Wq o(py .N}I i• a rr]J rp•1 Y o a Vl N NMwwN ww wwagi w N a~n �aWi �)h � F- h- p oo pp pp000pp pp N 8 N w 19 N N a0q w 109 N N H N w 0w 1ai f 109 8 N e w 10`a N 0 1- w c c oo N o 0 0 � w O O d c F w m N o h z 0 0 0 0 0 0 N n N O O N m Q N O m <D O C N N N N c1 N N w pw pw .. o M T ON19tAm w wMNN �NNwC'1n Ntl MO�c�, o N �•)l7 J O N 1'110011 w �6w V I 19 w w w VI W 19 Y1 R A U _E F ZZ a, 0 0 N S pp '- S N N cc) p ❑ w0 V N 10 Y N v 0 In ofc Zp o L m d l~) a '121 V 7 C Q0 �0 m vA a 10 m R t0 tD W M R N N Q ap v X w rn m Q r tm W p 0 m Q 7 ❑ U = 01 N Q N N N M W W O R m N m b M R N m m W c Q O N v � - O a w o� 4 Qd N O O � n c a v 3 0 � m wm N c C R p J �C9 a a m c o K O N d U N D r Q y O Z `o E °N p N 6 rn o Z a OUe p` urn c o LL- 0 (na N N —o L d E c w o m O N c a L , w r c2IxE 12 °tlO aod Tib mp,-ao��� C N U N m m uml O M d!n O N H M C m L C_ N N W m m c n fa 2' cLP 3 O E " m d2 E cN c v 20 j y� a o d w t 3 �n O A m m H ? m E u mV5ocmm'aO�Onucmm � uLEE _ m omySpmu m mw . n > Eo a s y c m¢a c� °�Lin��muf�UaF-���LLL c o io 4 EoW °T' c tp mac o U¢d oa O u) u)af ULL m t d m TKO wpm o lan m ma uv m.� L._ m ° ro Z aV M lh m. mc)M cl ri Mcf aV M aV N N N N N aV IV aV m W N m N W 6 m m m m m m m m m N N N N Q p N r J m m F Lw aO W W N m O aGo aO m m N Qi an d o C m UQ� 0 0 m m 21 O W O d Q N fV M,1�0 t0�1 C}, N iV Id O N M N O O 00 e mr M N Yi VNNN� 1ti i�l N C 1� 4 o O 09 00 N �r wr w� vim-. ww A w 00 oa o0 0 0000000oa o0 0 m o w�wW gwws,N�Nq W W ogowN$Ww �o � v' A '^ `o c 2 0 J,U E _ aci 3 m O W q d u r~ o s a a C O o O O O m^ A 1 ~w W m 0 N 0 O O m m U) w w w w w cl N cn w c 0 o Z a v - 0 0 c v F W _ w o c m C 75 c w o tO c o w Z c � w o � a w m cn w � w h rn d E Na o�tpyo $o 00 C1 a0,cg300 imp NI O J W n N M W W a9 W W WNW W w N N bNl M O CL A U w E L a o 0 y Z O ? ao N 0 o 0 d �_ p L v c c� O Y N ID o E m C a U C O Q Q W I- (n 2 C Z o 0 CD N U � U = O in C N O Q Q Q tD V V Q m Q N N Q N tD tD tD 3] ? C1 X O I O O 00 w 0 py L �_ _ O O O O W w � r oNo^oo ' N L U L ` QNi N Q Q Q N C Q Q m Q N Q N lD W ID[p 0 O -0(D O O O O O Q O J I- °1 c �w„'DyLL � d M 10000 0 w m W c co u O aw ¢ o C Z y co w w .0 N N Gl VOO . N N LL LL LL O O O O O ~5 N I� L G q O O O Z d° ?w w w wCL w d d LL LL H O O 00 w a O D a Q m w w Li d w a 3 cn o3 r o Q a�U N co 0 0 0 0 co o ns O Z m O O m wE y c U-.L o c o ¢ i v -'m LL c a c c LLo � cnEco P� c 2 0 o m ° o mo.c `° N U ?m m a E o px m Q o m °1 n o � `o Lx m p_ m xu'S¢�rnaw¢�cnu�Uou�¢LL mUwa m m - w v N M Q y N N N N M M M M M M Q Q Q L N C A O N M r Q r Q J 10 T � � U 3md� r c °O LL .9_ {y�mo 6 U U � T UQ Hli ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS City Project No. 02448 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 I of I LL' n�C n - _ iz I G c a v, _Q N N A {� p H N a LL C .LL a cn ZZ Q W c LU J W O g a' Of ' n O — 1- LU U ,t E E � R c > > 11J❑ N r 4 T F E ?LLI • o in ui00 UR LL a H - Z_ M O M n m u� _ r .LLM- K 10n m_ . m m M c �n n or m o LL Q vLLi a m m o l.L d r 0 to n n � A N N N N m n n N 0 N M N N N ^ Yl N N N b i11 . 0 M . m m m Q = a a a of 5a Z c o ` `m M in ;sC m 3 v N a4 m c i 5; E s 5 (`n W L N N N a M N P N M s aaN N w d y d E V ji (n W a) F L 3 r LL fn O VJ LL (n j 0 } J li C "' L m O j0 L O LL L p N li O (� 10 N N v 3s r m N (n m2 > E E > w CL _ _ _ _ _ _ _ _ _ ~ � _ _ _ CL h h N N N h to N N N u7 N b N N �!1 N b N X17 N N N N m m m m m m m n W W a N a c� ( r� a a a ui �n ` n n c� 8 m �` v rn a n n m m N _ (� e7` f� a (� Cj N Q a Q i0 N M a z a3 a N O7 4� N `O `O C-13 N Fi N a a N C N N N N c c c r6 N y �i r r cn ('a in cn N iy nn cn 3 (n 8r i LL U r 3 � r U Vi Np N �p N N N N (Ny N N N N N Np N (Nqp (p y� N N N N N YI (pT N N a U pm 00 b 0 0 (O 0 0 m n 0 (O (O O O Q O (00 n 0 0 O O O N _ . A E E b 0 'w m al F w 2 N C C C C al jJ � 0 O N O Q O p( ❑ y C n n n O pQ c rn d a N 0 m N c N U 5 d v s r rnrS c 0 U -' a t a rn n(i c LL c m �' a c m c ('n u rn m .d rs A a _ E Q �_ E u �i ¢ ❑_ s E EE _ m s n S co m � u o a a u 4'i o F °( n m °� ani `� c U d Si �' '� ❑ o K U °'d C W v u d O 2 a M is 0C S U u U U U u C a'r `6 c6 v d r6 rd Lo) m 'm a o .� LL o �'g a u o u a QU U aU U U a ❑ U U o a n m c� Df a rn U U L 9 ¢ m a U z n U U (nL -�77 Legend Proposed Rehabilitation Segments gj , '' �'"�;� � r� '�` ;"�' ` •4 _ - Rift ',:-..�, .i F ' ni•}v -�. li. ��•�. I- r' �;� i'��1� � mos 'i r • -' S ^, '.� _Jt,a may-. - _ P I s._r- � 3' . Wi7rTH ST, " � 4 .• i � +zj V1i LANCASTER •i/E -. •.• .� �.0��. 'i ,.ill�"r ---_{� jk a •YS , /Arm �1 �1� I k•' F 1 �"71�--.: -_ ►fir;?.�',t'�"" � �t' 'I - NUT r !^ l •i t��i�ij'�� si�. �_,�' ,r. '� � z I` •ky(���4• '•.O� �: t,•i ._ _ -' `" •'i^"a• ' X41.' '�" ..lV IV AIN A 14 1Nj�� �, 4 , 4S .! AWA 0 1,000 2,000 4,000 •� -.{►.��``,t , ; Feet k 1 inch = 2,000 feet 5 O DATE: V OCT 2014 ATTACHMENT E City of Fort Worth DESIGN1CK Kirnley>>>Horn z Upper Clear Fork Upper Clear Fork mtm DRAWN JcK City Council Districts 7&9 Drainage Basin No. Revision B Date M � CHECKED JRA Mapsco 75Q,75R,751-1,76B Interceptor � KHA NO.: 0610181 XX 76C,76E,76F,76J,76N Improvements M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY CUUNCIL AGENDA aR���pp, COUNCIL ACTION: Approved on 2/3/2015 - Ordinance No. 21627-02-2015 DATE: 2/3/2015 REFERENCE NO.:""C-27174 LOG NAME: 60UCFM272BCVAR-KHA CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Engineering Agreement with Kimley-Horn and Associates, Inc., in the Amount of$697,702.00 for Upper Clear Fork Drainage Basin Parallel Interceptor Improvements at Various Locations Within the Upper Clear Fork Drainage Basin, Provide for Project Management, Real Property Acquisition and Utility Coordination Costs for a Project Total in the Amount of$718,702.00 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$718,702.00 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$718,702.00 from available funds; and 3. Authorize the execution of a contract with Kimley-Horn and Associates Inc., in the amount of $697,702.00 for Upper Clear Fork Drainage Basin Parallel Interceptor improvements at various locations. DISCUSSION: This project consists of the preparation of plans and specifications for the replacement of the severely deteriorated portions of the City's Sanitary Sewer Main at ten locations within the Upper Clear Fork Drainage Basin. The project will also provide for route analysis and conceptual design for the Upper Clear Fork Drainage Basin Parallel Interceptor. Kimley-Horn and Associates, Inc., proposes to perform the design work for a lump sum fee of $697,702.00. Staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $21,000.00 is required for project management, real property acquisition and utility coordination and material testing. M/WBE Office- Kimley-Horn and Associates, Inc., is in compliance with the City's BIDE ordinance by committing to 14 percent SBE participation. The City's SBE goal on this project is 13 percent. The project is located in COUNCIL DISTRICT 9, Mapsco 76B, 76C, 76E, 76F, 76J and 76K. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations, and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. The Fiscal Year 2015 operating budget includes appropriations of$51,724,257.00 for the purpose of providing pay- as-you-go funding for capital projects. The amount transferred year to date is $24,860,893.00 in the operating budget. TO Fund/Account/Centers FROM Fund/Account/Centers http://ao-os.cfwnet.orp/council packet/mc review.asp?ID=20665&councildate=2/3/2015 2/4/2015 M&C Review Page 2 of 2 1&2) 1) PE45 538040 0709020 $718,702.00 P258 476045 7091702448ZZ $718,702.00 2) P258 511010 709170244830 $12,000.00 3) P258 531200 709170244832 $393,661.00 3) P258 531200 709170244833 $65,610.00 2) P258 531200 709170244831 $196.831.00 2) P258 531200 709170244832 $393,661.00 3) P258 531200 709170244851 $41,600.00 3) P258 531200 709170244831 $196,831.00 2) P258 531200 709170244833 $65,610.00 2) P258 531200 709170244851 $41,600.00 2) P258 541100 709170244841 $1,000.00 2) P258 531350 709170244842 $1,000.00 2) P258 531350 709170244873 $3,00M0 2) P258 533010 709170244881 $1,000.00 2) P258 531350 709170244884 $2,000.00 2) P258 531350 709170244884 $1,000.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Andy Cronberg (5020) Additional Information Contact: Liam Conlon (6824) ATTACHMENTS 60UCFM272BCVAR-KHA P258 A015.docx Kimley-Horn and Associates Inc SAM SEARCH.pdf Upper-Clear-Fork-AttachE-MC-r.pdf http:Happs.cfwnet.org/council packet/me review.asp?ID=20665&councildate=2/3/2015 2/4/2015