Loading...
HomeMy WebLinkAboutContract 46480 Cts' SECRETAW CCWMCT NO b CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Dunaway Associates L. P., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Water and Sanitary Sewer Replacement Contract 2015, WSM-B. 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 $351,569.00 as set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: m A. Invoice and Payment C (1) The Engineer shall provide the City sufficient documentation, including but a not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. 0 C= (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 OFFICIIIAI.RECORD Standard Agreement for Engineering Related Design Services Revised Page 1 of 16 12/11/2014 CITY SECRETARY FT.WORTH,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 (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 ENGINEER to make exhaustive or continuous on-site inspections to City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date.1 2/1 11201 4 Page 3 of 16 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 matters at issue between the CITY and the construction contractor that City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12/11/2014 Page 4 of 16 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 ornissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to -the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date: 12/11/2014 Page 5 of 16 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 acceptable. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date: 12/11/2014 Page 6 of 16 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. d. Any failure on part of the CITY to request required insurance City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date: 12111/2014 Page 7 of 16 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 prernium 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. 1. The CITY shall not be responsible for the direct payment of any insurance prerniums 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 amendment to this AGREEMENT. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date: 12/11/2014 Page 9 of 16 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. 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date: 12111/2014 Page 10 of 16 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 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12/11/2014 Page 11 of 16 (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. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date: 12/11/2014 Page 12 of 16 ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product, b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; C.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12/11/2014 Page 13 of 16 CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12/11/2014 Page 14 of 16 J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B — Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date: 12/11/2014 Page 15 of 16 3 Executed and effective this the J day of Mao 2015. BY: BY: CITY OF FORT WORTH ENGINEER Dunaway and Associates, L. P., Fernando Costa ob Ford, F�. E. Assistant City Manager Vice President Date: Z%//CL Date: °/I APPROVAL RECOMMENDED: By' Andrew T. Cronberg, P E. Interim Director, Water D`e*ment APPROVED AS TO FORM AND M&C No: C-27191 LEGALITY M&C Date: February 17, 2015 By: Douglas W. Black Assistant City Attorney ATTEST: Q° 1 ary J. Ka °°a°°° City Secrewy rFX�S Of FICIAL RECORD City of Fort Worth,Texas C� SECRETARY Standard Agreement for Engineering Related Design Services y Revised Date:12/11/2014 FT.WORTH)TA Page 16 of 16 �7�/ ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-B CITY PROJECT NO.:02436 ATTACHMENT A Scope for Enqineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-B CITY PROJECT NO.: 02436 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. Water Sa nitary Sewer u u Sanitary v ^ •U vi v] •v cn vi Water o_ Sewer N a Street/(Limits) u° Map No. „ a Length(LF) Map No, w a Length NO ----------------- 9 2042-368 6" 8" 850 9 N/A (W.Gram bell St.to W.Fuller Ave.) Merida Avenue 2042-368, 2042-368, — — --------------------- 8" 1775 9 8"&12" 8"&12" 100 (W.Drew St.to W.Seminary Dr.) 372 372 Odessa Avenue_ _ _ — — — 9 2042-368 6" 8" 810 9 N/A W.Grambell St.to Bin on St.) W_Bewick Street _ _ _________ ( 9 2048-376 6" 8" 590 9 N/A 5th Ave.to Willing Ave.) W_Mason Street •-- ------•---- 9 2048-368 6" 8" 2065 9 2048-368 6" 8" 30 (Travis Ave.to 6th Ave.) Wayside Avenue _ 9 2042-372 6" 8" 860 9 N/A (W.Wa gonman St.to W Drew St.) Colvin Avenue - ------------------ 8 2054-380 16" 16" 500 8 N/A (S.Freeway SR NR to Evans Ave.) Grove Street — _ ___ ---_ ---_ 9 2054-376 8" 8" 600 9 2054-376 6" 8" 566 (S.Freeway to South Dead End) E.Cantey Street--------------- 8 2054-380 6"&8" 8" 1300 8 N/A (S.Freeway to New York Ave.) E.Devitt Street ------------------ 8 2054-376 6" 8" 1600 8 2042-368 6" 8" 829 (Evans Ave.to Todd Ave.) 8th-Avenue--------------------- 6",16" 8",16" 9 2048-376 4950 9 2048-376 8" 8" 2373 (W.Siddison St.to W.Cantey St.) I &30" 1 &30" Surrey Street----------------------- 9 2036-368 6" 8" 250 9 N/A (Suffolk St.to Cherokee Trl.) E_Mulkey Avenue _ _ ------- 8 2054-380 6" 8" 480 8 N/A IS.Freeway to Evans Ave.) SchiefferAvenue 8 2054-376 6" 8" 570 8 2054-376 6" 8" 650 (Abney Ave.to Todd Ave.) TOTAL Water(LF) 17,200 ry Sewer(LF) 4,548 City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 15 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-B CITY PROJECT NO.:02436 WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 8. Survey Services Task 9. Sanitary Sewer Mains L-3792 and L-3793 Conceptual Design 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 two (2) design submittal review meetings with City, one meeting at the end of 60% and 90% design phases. • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit baseline Project Schedule initially. • Attend bi-weekly project meetings with the CITY. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 15 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-B CITY PROJECT NO.:02436 • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 6 MWBE reports will be prepared • 2 design review meetings and 10 bi-weekly project meetings with City staff DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Baseline design schedule D. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives that enhance the system, ■ Present (through the defined deliverables) these alternatives to the CITY ■ Recommend the alternatives that successfully addresses the design problem, and ■ Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 15 ATTACHMENT DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-B CITY PROJECT NO.:02436 and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. 2.2. Geotechnical Investigations • ENGINEER shall advise the CITY of test borings and other subsurface investigations that may be needed for the project. If the CITY determines that such borings or investigations are needed, then the ENGINEER shall work with the CITY and CITY's geotechnical consultant to draw up specifications for such testing program. The cost of such testing will be paid for by the CITY. 2.3 Fire Line Reconnection • All fire lines on existing water mains to be replaced shall be clearly identified on the plans and when necessary, detailed sequence of construction should be provided for the reconnection to insure that affected properties have adequate fire protection during and after construction. The engineer may need to visit with affected property owners to obtain fire flow and pressure requirements and incorporate the data into the fire service reconstruction design. • Design Engineer must coordinate with Water Field Operations during the design stage. For situations where the water main is removed and replaced in the same trench, special attention should be given to maintaining adequate fire protection. A 2-inch temporary water line is grossly inadequate to feed a fire line. The transfer time of the fire line to the new water main must be kept to a minimum. Where necessary design and appropriate pay items must be provided for adequate temporary water service to feed fire service lines during construction. If there is any question about the adequacy of the temporary service to the fire line, then the inspector or project manager will request field operations to perform a pressure test at the nearest fire hydrant or outlet to determine the adequacy of the temporary connection. If the temporary connection is inadequate to provide fire protection until the permanent feed is in place, the project manager will assess the situation and make a determination as to the appropriate action. • At pre-construction meeting, contractors should be informed of their responsibility to locate, identify and maintain fire service to applicable buildings. The proposed sequence of reconnection for fire lines should be discussed and enforced during construction. The City inspector shall also inspect the project site and take inventory of fire line locations. • During construction, the inspector shall notify Water Department Field Operations of the pending fire line shut down. In addition, the contractor must notify the local fire station and property owners of the' time frame that the fire City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 15 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-B CITY PROJECT NO.:02436 line will be shut down on company letter head and inspector shall receive a copy. No fire line shut outs will be allowed without this letter. 2.4. The Conceptual Design Package shall include the following: • Conceptual design will be included with the 60% submittal. DELIVERABLES A. Conceptual design will be included with the 60% submittal. TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall prosect water and/or sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/ existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft of plan/profile sheet—two or more. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Plan and profile sheets which show the following: proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 5 of 15 ATTACHMENT DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-B CITY PROJECT NO.:02436 numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. • The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering (SUE investigation has been performed). The Level A SUE will be performed; (1) by the ENGINEER if included in the fee proposal; or (2) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or (3) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options, the ENGINEER shall propose appropriate de- hole locations in the project and collect flow line elevation and other applicable information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • Provide map showing location of new manhole construction at the end of existing sewer segments, 90 degree bends, or tee connections. Site survey or specific design plans for manhole construction is not included as part of the scope. The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. manhole construction. • The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 3.2. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 6 of 15 ATTACHMENT DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-B CITY PROJECT NO.:02436 (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 3.3. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's Buzzsaw website. The typicals need not be sealed individually, if included in the sealed contract documents. ASSUMPTIONS • 2 public meeting(s) will be conducted or attended during the preliminary design phase. • 0 borings at an average bore depth of feet each will be provided. • Traffic Control "Typicals" will be utilized to the extent possible. • 1 set of 11x17 size plans will be delivered for the Constructability Review. • 1 set of 22x34 size plans will be delivered for the Preliminary Design (60% design). • 1 set 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. • 0 sets of 11x17 size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Erosion Control Plan C. Estimates of probable construction cost D. Data Base listing names and addresses of residents and businesses affected by the project. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 7 of 15 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-B CITY PROJECT NO.:02436 TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 1 set of 11x17 size drawings and 1 set of 22x34 size drawings and 1 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. • 1 set of 11x17 size drawings and 1 set of 22x34 size drawings and 1 specifications will be delivered for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • Estimated sheet list categories shown below: Sheet Title: 1. Cover Sheet 2. Legendlindex 3. General Notes 4. Key Map 5. Control Layout 6. Abandonment Layout Sheets 7. Water Valve Isolation Layout 8. Construction Sequencing Sheets 9. Plan and Profile Sheets 10. ISWM Construction Plan 11. Detail Sheets DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 8 of 15 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-B CITY PROJECT NO.:02436 C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .PDF file. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .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. • 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. 5,2 Final Design Drawings City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 9 of 15 ATTACHMENT DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-13 CITY PROJECT NO.:02436 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. Water and Sewer file name example — "X-35667_org36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Buzzsaw. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to b e used for the DWG files shall be as follows: I. Water and Sewer file names shall use the X number as for PDF and DWF files, but s hall include the sheet number in the name —"X- 12155_SHT01.dwg", "X-12755_SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS The project will be advertised and bid at same time, but as three (3) separate construction contracts. • 15 sets of construction documents (5 per project contract) will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 1 set of 11x17 size and 1 set of 22x34 size drawings plans and _1_specifications (conformed, if applicable) will be delivered to the CITY for each construction contract. • PDF, DWF and DWG files will be uploaded to Buzzsaw. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 10 of 15 ATTACHMENT DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-B CITY PROJECT NO.:02436 DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend a public meeting in each Districts 8 and 9 to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 11 of 15 ATTACHMENT DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-8 CITY PROJECT NO.:02436 o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. Water and Sewer file name example — "X-35667_rec36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawin g plan set, "36" shall be the total number of sheets in this file. Example: X-12755_rec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. ASSUMPTIONS 2 RFI's are assumed. 1 Change Orders are assumed • Three (3) project site visits are assumed. One copy of full size (22"04") mylars will be delivered to the CITY. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings on Mylar City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 12 of 15 ATTACHMENTA DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM•B CITY PROJECT NO.:02436 TASK 8. SURVEY SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • CITY will provide existing water meter sizes to ENGINEER. • Surveyor to tie down existing 6-inch water valve elevations along Surrey Street in order to determine depth of existing waterline as compared to POL limits per City. Known 6- inch existing water valves to be tied down are located, but not limited to, the following station locations based on survey notes from City Project No. 8426: ➢ Sta 0+00, Sta 3+60, Sta 3+65, and Sta 11+97.80 • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. C. Descriptive Location (Ex. Set in th e centerline of the inlet in the Sou th curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 13 of 15 ATTACHMENT DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-B CITY PROJECT NO.:02436 8.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. TASK 9. Sanitary Sewer Mains L-3792 and L-3793 Conceptual Design Services (Attachment E —Segment#15) ENGINEER will provide design phase services as follows in similar form and fashion as prior sections of this contract as required by City: 9.1 Conceptual Design Phase • Alignment Study & Conceptual Design for proposed sanitary sewer main replacement. • An 8-inch sewer main size shall be used as directed by the City. • Property Owner Coordination during Conceptual Design phase. 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 additio nal amounts paid to the ENGINEER as a result of an y material change to the Scope of the Project sh all be agreed upon in writing by both partie s 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. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 14 of 15 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2015,WSM-B CITY PROJECT NO.:02436 • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Providing Monthly Schedules • 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. • 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:08.1.2014 Page 15 of 15 ATTACHMENT B COMPENSATION Design Services for Water and Sanitary Sewer Replacement Contract 2015, WSM-B City Project No. 02436 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $351,569.00 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. 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. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 2 ATTACHMENT B COMPENSATION III. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Dunaway and Associates, L.P. Water and Sanitary Sewer Design $247,889 70.5 Proposed MBE/SBE Sub-Consultants Gorrondona Associates, Inc. Design Survey $103,680 29.5 Non-MBE/SBE Consultants TOTAL $351,569 100% Project Number & Name Total Fee MBE/SBE Fee MBE/SBE Water and Sanitary Sewer Replacement Contract 2015, WSM-B $351,569 $103,680 29.5% City MBE/SBE Goal = 12% Consultant Committed Goal = 29.5% City of Fort Worth,Texas Attachment 8 PMO Oficial Release Date:8.09.2012 Page 2 of 2 E ] ® ` ) f § ) § § 4 / k \ - ) ! ¥� t ; ; [ { o � o § \ \ lu _ k E 0 ` (\ $ ° 0k « a § § \ k R k £ 7a / § E §£ 2 : ; ) / r $« 0 �k o - ] £ S < m / \ \ 2 \ E - \ - | _ LU3: L) k k { \ ) $ ao ¢ z { I \ / \ ( 0)� \ \ 0, -,.0 E � § k \ k CL E / ) § { « # o U a $ )} LL @ / 0 u �jm ! m 5 \ \ U) •• k \ g E z ; \ \ « \ � 2 . k - - CD W 8 2 zt: ® E ° � § r « ( §55 } ^ � ! § (L0- o o G « 2a » / mJ ! m C N E m mm c m d o U � m J. V N Q J > C > w a` v C y m U $ `m E IL o U CL 0 8 m �- m � _ _ J O a U O a E d > d J m a m m o ❑ E - 9 cM E m X E a d M U _ X a y= ov a > LL, r moa3 10 � E E C m E J m f _ m o a w - - m E c E w n m rn a m O N N m U d � D m O C V O a O N m E `0 m m my E d 0 d � w :3 Q a E d N N N IL N y L ++ 3 m H m C A V N C � N O_ � co N N � T � � E ❑ U m m H m N a J c U d O # m E ❑ J O z h 'o m ;; _ N U d T c > d O_ Z d C .. r w ° ❑ a 01 O F v m a `O m ❑ d d — E E O 'O a x U m u E N v E E O o �' u a LL am` E C C T O C co d dU3aUa U U > n. u. H d N (| \\A I- ) E-R J / } ( � o ` ! |! ; ; - e ` ( \ ) � ` \ m { | E : E ! E 2 ƒ j Br k ( b ! ${/ E!; 2 E G ! :! - ! ! \ | / / \ . ® ! §k ! | . ; - ; \ � \ } kk . ) { 00o U. �k § � / ■ � � r \CD 6 , [ ƒ � ! } 8 : 'o t kjqCD ) k m � - - § k 0 CL §ƒ ) _ t a . 0 � o \ - \ _{ k:- ) o E ■ E. /a aZ3 # z o u > a k Z § ; & ] i EXHIBIT B-2 Level of Effort Spreadsheet TASKMOUR BREAKDOWN Design Services for Water and Sanitary Sewer Replacement Contract 2015 WSM-B City Project No.02436 Labor hours ExDe Task No Task Description Principal Project Project Err CADD ::Admij Total Labor Subconsuhant Total 7aak Sub Total En neer Cost Travel Reproduction Expense Coat Rate $220 a S1S0 $120 $100 $80 5MWBE Non-MWBE 1.0 Project Mana ement 16 S3 27 0 0 0 $14710 so s0 30 Sa SO $14710 Lt M...q.q the Teem so 50 1.1.2 OA/OC and Team Convnunication 8 5 5 52670 52 870 1.2 Communicetions and Re d 5880 $no 1.2.1 Pre-Design Coordination MeebnQ 2 4 4 S1,520 $1,520 1.22 Gemiqn Subm4tal Reww+Meetn s 2 8 6 52160 S2160 1.23 Prepare Invo and Submit Month0 so SO 124 Prepare Baseline Schedule 4 $600 $600 12.5 Bivreak Project Meetn s 10 20 10 S4 200 S4,200 126 Pre MSEISBEReports 4 12 $2880 $2680 2.0 Conn teal Design 30-Percent 3 37 101 165 140 0 $45030 $0 s0 30 so $0 345030 21 Dela Colec4on 4 20 40 10 S7800 $7800 2.2 Geotechnicalln stions 4 $600 $000 2.3 Fre lire Reconnection So $o 24 Gan WaID nPacka e 2 24 BO 100 120 $33240 333,240 2.4.1 Cover Sheet 1 1 3 10 Sim- $1.3701 2.42 E>dtrbds and Summa 1 4 12 $2.020 $2 020 3,0 Prellmin Desi n 68 Percent 3 89 163 256 254 0 $79490 $0 so SO $300 $300 579790 3.1 PreGNn Design Packae 4 8 8 12 $3060 $300 $300 53380 3.1.1 Cover 1 1 2 2 5630 5830 3.1.2 Ovral Project Layout Control Shell 4 6 12 16 S4,040 S4040 3.1.3 Plan and PlaNProhle Sheets 1 40 60 160 200 $47,820 $47 820 3.1.4 Overall Water B Sewer Abandonment Shts 10 20 30 20 $8500 $8500 3.1.5 S ns 2 16 20 10 $6.240 $6240 3.1.6 ConsWcttn Estenate 4 6 16 $2920 52920 3.2 Utility Ckanance 8 16 8 4 S4.240 $4,240 13 Traffic Control Plans 2 6 10 $2,020 4A Final Design 8 44 84 120 180 0 $44400 $01 30 30 5600 Slim 545000 Final Draft(90%)Construeten Plans and 41 S S 2 20 60 80 120 $28,240 5300 5300 $28,540 4.2 Final 100%Plans ands ecficatons 2 20 20 30 80 513640 $300 5300 573940 4.3 ronin dion Estmates90%and 100% 2 4 4 10 $2520 $2520 5.0 laid Ph... 0 34 10 48 22 48 $15,620 s0 to S4,950 S4,950 $20570 51 Bid GuoPon $0 so 511.1 Upload Documents to 8-3 Contracts 2 8 $940 5940 Sell Contract Mcurnents and Malntar Paan 5.17 Holden List 3 Conbaets 6 10 20 $3,100 53200 $3.200 $6 300 5.1,3 Mend Prebid Conf.Meeting 3 Contracts 8 900 5.1.4 Issue Addenda 4 6 12 10 53360 $3360 5.1.5 Attend Bid O enn 3 Conbacls 4 $600 00 51.0 Inrn orale addenda and conform docs 2 2 8 8 S1,820 Tabulate Bids and Recersnend Avvard(3 5.1.7 Contacts) 8 8 8 52180 $2180 62 Mvlar Drawn s 4 10 14 $2,720 s1 750 $1,750 34 470 0 Construction Phase Services 8 43 12 30 52 0 S16A70 s0 so SII $1.250 S1250 1117 620 Construction Support $0 so 6.1.1 Mend Pncansrrvction Conference 3 3 5810 $1,250 S1 _32.060 fi 12 Mend Public 2 total 6 a 6 12 $4.080 $4,000 61.3 Pr cot Sic 3 18 $2,700 $2,700 Review Charge Orders and 6.1.4 ProvideClarMntlons 2 3 4 $1060 $1060 61.6 Final Waldhrou h Inspection 8 S1200 $1,200 6.2 ReceN Drawer sills Suit 4 6 20 40 56520 S20 00 Su 0 2 4 16 0 0 S23110 $103,680 30 SO so $103.680 $106,060 8.1 D n Su 0 so S103,680 so 8.2 1 TwPoMrV Right of En Submittal 2 4 16 $2380 S2390 Sub-Totas 34 3397 609 648 46 $218,000 S1031880 0 57,100 $110,780 28,780 9.0 W792 and L-3793 Re lecement Services 10 26 18 28 20 0 512 420 s0 so so $0 s0 $12,420 6.1 Des'an Phase ment Study&Cance tual Das'n 4 10 16 4 20 30 $8,300 9, Pron Owner Coordatab.n 6 16 4 120 47 To We 44 326 413 637 668 46 $230 d20 $103680 EO f0 S770D 3110780 3341 00 Water Line Foo a 17200 79% Prosumma Saexr Line FMg! 14,5481 21% Total Hours 2.134 21748 100% Total Labor $230,420 Total$ ense 11 780 (A) Total Fae 5351.569MB ESubconsunant 103680 (B) Surveyfee 3103,880 Non.MB BE Suhcensultant so C T4 1 w-wwa Fm 5247 BBS 10 Sub Markup $10,389 Wedel Fae 7l1%a1C Sewer Fee 24%ofC MBEISBE Participation 29.5% $108,398.00 1 $59,493.00 Total Project Coeftl $351589.00 D.-n non w WP Water Seer Conc tool Des n 30% 31 $56519.00 $17848.00 Prelmina Oes'n 60% 32 11303800 5696.00 F_1 Des n 1D% _ 33 18840.00 949.00 Sure 51 561 907 CO 21 773.00 Subtotal _ 70304M F S81,26600 Total $351,570.00 Chy of Fart W nM,Taos Alto -rentB-Lavlof E110n Supplement Typlral Water and Sewer Replacement FWwTR Official Release Cate:8.092012 Exhibit B-3 Opinion of Probable Construction Cost Summary Water and Sanitary Sewer Replacement Contract 2015,WSM-B City Project No.:02436 Date: 12/3!2014 Project Item Information Bidder's Proposal Bidlist Item Specification Unit of No DescriptionBtd Quantity Unit Price Bid Value Section No. Measure Water 1 3311.0241 8"Water Pipe 33 It 10,33 11 12 LF 14250.00 S 32.00 $456,000.00 2 3311.0541 16"Water Pipe 33 11 10,33 it 12 LF 2450.00 $ 60.00 $147,000.00 3311.0741 30"Water Pipe 33 11 10,33 11 LF 500.00 $ 200.00 3 13,33 11 14 $100,000.00 4 3312.0001 Fire Hydrant 33 1240 EA 38.00 $ 2,850.00 $108,300.00 5 3312.2003 V Water Service 33 1210 EA 517.00 S 600.00 $310,200.00 6 3312.3003 8"Gate Valve 33 1220 EA 84.00 $ 1,125.00 $94,500.00 7 3312.3006 16"Gate Valve w/Vault 33 1220 EA 2.00 S 14,000.00 $28,000-001 8 3312.3009 30"Gate Valve w/Vault 33 1220 EA 1.00 $ 28,000.00 9 3312.0117 Connection to F)dstin 4"-12"Water Main 33 1225 EA 65.00 $ 500.002,500.0010 3312.0106 Connection to Existin 16"Water Main 33 I225 EA 4.00 $ 2,000.00 8,000.0011 3312.0109 Connection to Existin 30"Water Main 33 1225 EA 2.00 $ 4,500.00 9,000.0012 3311.0001 Ductile Iron Water Fittin w/Restraint 33 ll 11 TON 8.25 $ 4,500.00 7,125.0013 3305.0109 Trench Safe 33 05 10 LF 16700.00 S 2.003,400.00 14 3304.0101 Temporary Water Services 33 0430 IS 1.00 S 30,000.00 $30,000.00 15 3291.0100 Topsoil 329119 CY 1 574.44 S 4.10 $2355.22 16 3292.0100 Block Sod Placement 3292 13 SY 3446.67 S 5.25 $18,095.00 17 0241.1510 Salvaae Fire Hydrant 024114 EA 38.00 $ 280.00 $10,640.00 18 0241.1351 Salvage 16"Water Valve 0241 14 EA 4.00 S 1,000.00 S4 000.00 19 0241.1355 Salvage 30"Water Valve 0241 14 EA 1,00 S 1,50000 $1,500.00 201 3125.0101 SWPPP>_1 acre 3'21 00 IS 1.00 S 10,000.00 $10,000.00 21 3471.0001 Traffic Control 34 71 13 MO 7.00 $ 1,500.00 $10,500.00 221 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 16700.00 S 14.00 5233,800.00 Water Sub-Total 1,712,915 20%Contingencyl 342,583 Water Total 2,055,498 Exhibit B-3 Project Item Information Bidder's Proposal Bidlist Item Specification Unit of No. Description Section No. Measure Bid Quantity Unit Price Bid Value Sanitary Sewer 3331.4115 8"Sewer Pipe 33 11 10,33 31 LF 4498.00 $ 30.00 I 12,333120 $134,940.00 3331.4208 12"Sewer Pipe 33 11 10,33 31 LF 50.00 S 45,00 2 l2,33 31 20 52,250.00 3 3331.3101 4"Sewer Service 3331 50 EA 174.00 $ 314,00 $54,636.00 4 3331.3102 4"2-Way Cleanout 3331 50 EA 174.00 S 450.00 $78,300.00 5 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 19.00 S 860.00 $16,340.00 6 3339.1001 4'Manhole 33 39 10,33 39 20 EA 22.00 $ 2,400.00 $52,800.00 7 3301.0002 Post-CCTV Inspection 33 01 31 LF 4405.00 $ 1.60 $7,048.00 8 3301.0101 Manhole Vacuum Testing 33 01 30 EA 22.00 S 108.00 $2,376.00 9 3305.0109 Trench Safety 3305 10 LF 4548.00 S 2.00 $9,096.00 10 3291.0100 Topsoil 3291 19 CY 191.1I S 4.10 $783.56 Il 3292.0100 Block Sod Placement 329213 SY 1146.67 $ 5.25 $6020.00 12 0330.0001 Concrete Encase Sewer Pie 03 3000 CY 12.00 $ 142.00 $1,704.00 13 3125.0101 SWPPP>I acre 31 2500 LS 1.00 S 7,500.00 $7,500.00 14 3471.0001 Traffic Control 3471 13 MO 6.00 S 1,500.00 $9,000.00 15 3201.0400 Tem o As halt Paving Repair 3201 18 LF 4548.00 S 14.00 $63,672.00 Sanita Sub-Total $ 446,466 20%Contingency S 89,293 Sanitary Total S 535,759 TOTAL(WATER&SANITARY SEWER) $ 2,591,257 J Exhibit "B-3A" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST SUMMARY Water and Sanitary Sewer Replacement Contract 2015,WSM-B City Project No.:02436 12/3/2014 LOCATION WATER SANITARY SEWER PROJECT TOTAL IMPROVEMENTS IMPROVEMENTS Harwen Terrace(W.Grambell St.to W.Fuller Ave.) $ 90,582 $ - $ 90,582 Merida Avenue(W.Drew St.to W.Seminary Dr.) $ 170,809 $ 22,382 $ 193,191 Odessa Avenue(W.Grambrell St.to Binycn St.) $ 99,713 $ - $ 99,713 W.Bewick Street(5th Ave.to Willing Ave.) $ 67,852 $ - $ 67,852 W.Mason Street(Travis Ave.to 6th Ave.) $ 242,464 $ 8,455 $ 250,919 Wayside Avenue(W.Waggonman St.to W.Drew St.) $ 96,593 $ - $ 96,593 Colvin Avenue(S.Freeway SR N8 to Evans Ave.) $ 101,927 $ - $ 101,927 Grove Street(S.Freeway to South Dead End) $ 51,111 $ 45,847 $ 96,958 E.Cantey Street(5.Freeway to New York Ave.) $ 139,323 $ - $ 139,323 E.Devitt Street(Evans Ave.to Todd Ave.) $ 175,866 $ 87,256 $ 263,122 8th Avenue(W.Biddison St.to W.Cantey St.) $ 669,364 $ 300,303 $ 969,668 Surrey Street(Suffolk St.to Cherokee TH.) $ 27,374 $ - $ 27,374 E.Mulkey Avenue(S.Freeway to Evans Ave.) $ 52,722 $ - $ 52,722 Schieffer Avenue(Abney Ave.to Todd Ave.) $ 69,797 $ 71,515 $ 141,312 TOTAL(Includes 20%Contingency) $ 2,055,498 $ 535,759 1 $ 2,591,257 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Water and Sanitary Sewer Replacement Contract 2015, WSM-B City Project No. 02436 Attachment A was amended as follows: Task 1.2 —Communications and Reporting: • Removed - Prepare and submit monthly progress reports in the format provided by the Water Department. • Removed - Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. Task 3.2 —Geotechnical Investigation: • Removed task. Task 3.3 —Constructability Review: • Removed task. Task 5.2— Final Design Drawings: • Assumptions were amended to read as follows: The project will be advertised and bid at same time, but as three (3) separate construction contracts. Task 9 — Plan Submittal Checklists: • Removed task and deliverables. Attachment B was amended as follows: Task B.III. — Progress Reports: • Removed section. City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page I of I � a c N N 'i N U � E z N Z O I� c N m m � o d E m o � « m N N � m N U rl t � l � � EE n c > > N �/l �• C N Q N N N m ro fi u m z E > W v Y S co F O 41 C N N [A N m C N d ~ E m w NN 44 0 O OO { Z N C Aj " 01 07 E v N \ O1 O1 \ C m N \\ N N •-1 N \\ ri I� n n N V � � � N O \ N M \\VI If) \\\ \(f] \ \\N O W W N N N N \ \ V V R In V1 l0 W 00 W D] H N N N M C > > > c c > > QJ W C 'u. F LL �i u_ LL M F F F F F F F Q O O � \\\ M M \\\ � � \\\\(p \ N •4J rl r-I .Q .Ni N N C C V Q c c Vl t0 tp C 00 00 F QI j. to N N m a O a ,r a o a a o vo a O ti 0 0 M 0 O Ul tO H O N LL � u Z- � N v n n a N m 'D t00eco S co 3 o v a v Z a .fO0 Q n c N N m N m a m d LL d a u C •- ,� u _ m z v o � m a m v m o v c LI: m ° y O E y u E v m w y Z v u c a n ^ E v v a E y v E w — u " rn 'o co o d E a > o m > ° u a m o °' -r- 21 o a u u ii a m z a a a cn c. �n Q Q u n d u X 3 ry N14l4�� 14141`'1°1°i°IQI°IQ�1�� X1°1° H 3 � d � !� • '' � �� y }t om Lb-' LIP ski - _ "'. ..-. awPAR-T 1 apt orFOP T 941 9 i T u er A t Ir ..w Waggoman St < W Waggoman St Safford St - .. i t _ m � E LL . o qwj > ' ' '.0 d - y rewZt W Bolt St - ..w > rn R ¢ 2 " vi Bolt St U _ _ -�° W Bolt St• ` - `• i73 tr Ln -4v w ;L. o PlInt .aQ ti O _ t - W Seminary Dr W Seminary Dr bingTM .P `.. s t w _ LI _ vim26 r WG rell St a � r a •�1 1 i � { ' W Fuller r�e�� lot Binyon St �+ - — 7 S' • r p. AbIA _ • l wl MPE -. 1 i • a-. a�rr � r ��I• SY • "W"Bewick 2j r Ln Woodland a I 16 m t Curtis Ct J'�'`f DISCLAIMER This data has been compiled for NCTCOG. J Attachment E Segment 4 Various official and unofficial sources were used to gather this DFWMaps.com information.Every effort was made to ensure the accuracy of this data,however,no guarantee is NQIIh CenTraJ Texas given or implied as to the accuracy i Cound of Grn4;^rrkmwts of said data. C 1 W4 W Waggoman St cu r .r JULW Pafford St ,t LA Pafford St '= L 9 owl' W Fogg St J. ,X,',....:..�,w Fagg St t = .4 W Drew St } 1 i * - f� •1�R� `r- �'' < - � •� ••moi` W Mason St E W Mason t Ln - ,W Qolt St } 1. W Bolt St - , W Malta Ave I i l l � w �. •� � t• r �, _ . . d ...��.1....1 ' �, -Flint St int Park - ` ` a..� �� Flint:5�.:..._ < - o of "- ' �' W Antrony St tZ>l9_ _. q 1: tA. a, " . I- - " . .. " - . "r . 1 1. 1 -C� ,i �$�l Dr3 1 f '� pW Serna .Qr .W Semi �- W Waggoman Stcu ►r_ i� 1 W Pafford St _ (� u .= ;� UIn _ 'W Drew StLl ; - im • j �. s i 0 I ' t, �..�.4 LL- Qj UY— Colvin Ave It le D r Morningside bi 1 AOg DISCLAIMER This data has been compiled for Attachment E Segment 7 VarouCsoHicialandunofficial sources were used to gather this DFWMaps.com information.Every effort was made 7 to ensure the accuracy of this data,however,no guarantee is Nash 117cmr4af Tcmas given or implied as to the accuracy Cound DTOtw rwwis of said data. t Qj f _ 01 .r r SO i Q i LA TTO 1 i a 1 1 1 1 1 1 1 t DISCLAIMER k� This data has been compiled for I Y Se ment S NC Attachment E g Various official and unofficial sources were used to gather this D FWMaps.co m information.Every effort was made to ensure the accuracy of this data,however,no guarantee is RlorTh 'Ceniral''Texas given or implied as to the accuracy i Cour"a�'�76�1�If riC�llS of said data. r T'"XAI SOS" 1111 aGlen Garden - . y LowdenUL 1 Uj ■ r ker Stmmim ,ar ` E Bowie S' 41 Uing Vicki Lin • DISCLAIMER w' This data has been compiled for N NCTCOG. Attachment E segment 9 Various official and unofficial f sources were used to gather this D FVVMaps.com information.Every effort was made to ensure the accuracy of this data,however,no guarantee is Nash Ct nmW Tuxas given or implied as to the accuracy i�CIRC7�O��iQ'�Clr(rTl ICJILS of said data. r - _ j Q �n > E l Devitt St E Devitt St - o # �. or A co 14 dLn cu f- F; O > 7D d 7 > r m > - > c co � < � � LU FS'/ .fitiL It eke J' Ong- MI , cc/70 f 1 c_f �� �• _� � /V • r _ f }� 1 - -. - -00 .mll ne W Cant 00 st 116 •[ W Lowden St '41wz - ry $ St L. LP _ _ High �'�� .� �' � —r• 'fie � f: �,'y• _ •yl s _ — mwmm III f ` • `�•+ �� !� � � `I_ ��'� -1 M �'1. s 1 _1 a W/bin M #a 4 41 W Bowle St - '�'� + P a w _ i } c _Q I y •� N / ° .. ,� •''c, i Ryan 9\4 �C W Berry Higlh rb -M t , W Devitt St IrltrDev, -St- EE: . t • ^ T y■` a t Q [► r _ r _ w� o l t P y W Shawn St W Shaw St 04.mmm..U Shaw St 6. C_- - � ._ _ • _ range.St. - .Orange StT q r r W B ick 1"N Bewick St = W Bewick St 7 . ' r a-*Woodlandrjkve Woodland Ave ;� _ i • - it _ _ M. .cud _ B1C! 5D t' + • y ._ ,i,` � �' ' ' _z it fAV • - __ r �•� ` �( a * - VI f � VI t - ��- Seminary Cir- a TA Marion Ave LL Ala 10 Ilk ■. Pr jr .14 _r Robert birk- 8Q f k DISCLAIMER kl This data has been compiled for 1�1 Attachment E Segment 13 Varousofficial and unofficial sources were used to gather this DR/Waps.com information.Every effort was made to ensure the accuracy of this data,however,no guarantee is NOFTh Ccmra J Ttxas given or implied as to the accuracy tour"0 I'7m+_[YIPE enis of said data. �. tA CO jr t JAL-- (u f or ti �1• L =a" tDITM Echo Lake Park 4 o. .r a Jr ti • • • 1 r O � _ 0 1 `ic• rM 47 R Baa R, 3aD ft DISCLAIMER This data has been compiled for NCTC G. Attachment E Segment 15 Varioussofficialand unofficial sources were used to gather this DFWMaps.com information.Every effort was made to ensure the accuracy ofthis data,however,no guarantee is FNarih Ccrnra J Texas given or implied as to the accuracy Cour"0 Gmicinvi mts of said data. F M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FOR ill COUNCIL ACTION: Approved on 2/17/2015 - Ordinance Nos. 21644-02-2015 & 21645-02-2015 DATE: 2/17/2015 REFERENCE NO.: **C-27191 LOG NAME: 6015WSMB- DUNAWAY CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Engineering Agreement with Dunaway Associates, L.P., in the Amount of$351,569.00 for Water and Sanitary Sewer Replacement Contract 2015, WSM- B on Harwen Terrace, Merida Avenue, Odessa Avenue, West Bewick Street, West Mason Street, Wayside Avenue, Colvin Avenue, Grove Street, East Cantey Street, East Devitt Street, 8th Avenue, Surrey Street, East Mulkey Avenue and Schieffer Avenue, Provide for Additional Staff Project Costs for a Project Total in the Amount of$373,569.00 and Adopt Appropriation Ordinances (COUNCIL DISTRICTS 8 and 9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$373,569.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of$287,303.00 and the Sewer Capital Projects Fund in the amount of$86,266.00; 2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$287,303.00 and in the Sewer Capital Projects Fund in the amount of$86,266.00 from available funds; and 3. Authorize the execution of an Engineering Agreement with Dunaway Associates, L.P., in the amount of$351,569.00 for Water and Sanitary Sewer Replacement Contract 2015, WSM-B. DISCUSSION: This project consists of the preparation of plans and specifications for the replacement of water and/or sanitary sewer lines as indicated on the following streets: Street iFrom To Scope of Work Surrey Street Suffolk Street ICherokee Trail water Harwen Terace West Grambell Street West Fuller water Avenue Odessa Avenue West Grambell Street Binyon Avenue water Merida Avenue West Drew Street West Seminary water/sewer Drive 18th Avenue Biddison Street West Cantey water/sewer Street West Bewick Street 115th Avenue Willing Avenue water West Mason Street Travis Avenue IF6th Avenue water/sewer Wayside Avenue West Waggoman West Drew Street water http://apps.cfwnet.org/council_packet/mc_review.asp?ID=20757&councildate=2/17/2015 2/18/2015 M&C Review Page 2 of 3 Street II East Mulkey Avenue JFIH 35 W Evans Avenue water Colvin Avenue IIH 35 W iEvans Avenue water East Cantey IH 35W New York Avenue water Street Grove Street IH 35 W South Grove water/sewer Street East Devitt Street Evans Avenue Todd Avenue water/sewer Schieffer Street JAbney Street Todd Avenue water/sewer Dunaway Associates, L.P., proposes to perform the design work for a lump sum fee of$351,569.00. Staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, the amount of$22,000.00 (Water: $17,000.00, Sewer: $5,000.00) is required for project management, utility coordination and material testing. M/WBE OFFICE- Dunaway Associates, L.P., is in compliance with City's BIDE ordinance by committing to 29 percent SBE participation. The City's SBE goal on this project is 12 percent. The project is located in COUNCIL DISTRICTS 8 and 9, Mapsco 76Y, 77T, 77X, 90A, 90D, 90E, 90F, 90H, 90J and 91 B. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budget, as appropriated, of the Water Capital Projects Fund and 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 $20,675,767.00 in the operating budgets. TO Fund/Account/Centers FROM Fund/Account/Centers 1&21 $287,303.00 1) PE45 538040 0609020 $287,303.00 P253 476045 6091702436ZZ 3) P253 531200 609170243631 $56,519.00 1&2) P258 476045 7091702436ZZ $86,266.00 3) P253 531200 609170243632 $113,037.00 2) P253 511010 609170243630 $10,000.00 3) P253 531200 609170243633 $18,840.00 2) P253 531200 609170243631 $56,519.00 3) P253 531200 609170243651 $81,907.00 2) P253 531200 609170243632 $113,037.00 3) P258 531200 709170243632 $35,696.00 2) P253 531200 609170243633 $18,840.00 3) P258 531200 709170243633 $5,949.00 2) P253 531200 609170243651 $81,907.00 3) P258 531200 709170243651 $21,773.00 2) P253 531350 609170243673 $500.00 1) PE45 538040 0709020 $86,266.00 2) P253 533010 609170243681 $500.00 3) P258 531200 709170243631 $17,848.00 2) P253 531200 609170243684 $2,00U0 2) P253 531350 609170243684 $4,000.00 2) P258 511010 709170243630 $2,000.00 2) P258 531200 709170243631 $17,848.00 2) P258 531200 709170243632 $35,696.00 2) P258 531200 709170243633 $5,949.00 2) P258 531200 709170243651 $21,773.00 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=20757&councildate=2/17/2015 2/18/2015 M&C Review Page 3 of 3 2) P258 531350 709170243673 500.00 2) P258 533010 709170243681 $500.00 2) P258 533010 709170243684 500.00 2) P258 531350 709170243684 $1,500.00 Submitted for City Manager's Office by Fernando Costa (6122) Originating Department Head: Andrew T. Cronberg (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 6015WSMB - DUNAWAY Map01.pdf 6015WSMB - DUNAWAY Map03.pdf 6015WSMB - DUNAWAY Map04.pdf 6015WSMB - DUNAWAY Map05.pdf 6015WSMB-DUNAWAY P253 A015.docx 6015WSMB-DUNAWAY P258 A015.docx Map - 6015WSMB - DUNAWAY2.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=20757&councildate=2/17/2015 2/18/2015