Loading...
HomeMy WebLinkAboutContract 46780 r CITY SECRETAW CONTRACT NO. �O 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 Freese and Nichols, Inc. authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Deerfield Addition Water Main Improvements. 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 $144,066.00 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 m m (1) The Engineer shall provide the City sufficient documentation, including but o not limited to meeting the requirements set forth in Attachment D to this c AGREEMENT, to reasonably substantiate the invoices. z (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 t e final invoice._ City of Fort Worth,Texas OFFICIAL RECORD Standard Agreement for Engineering Related Design Services CITY SECRETARY Revised Date: 12/11/2014 Page 1 of 16 FT. WORTH, TX 6 (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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12111/2014 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:1 2/1 11201 4 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 AV 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 ME. 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:12/11/2014 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.) 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 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 Executed and effective this thee- day 0914 - 015. BY: BY: CITY OF FORT WORTH ENGINEER Freese and Nichols, Inc. Fernando Costa Russell Gibson, P. E. Assistant City Manager Vice 71dent Date: 4IZ31S Date: h APPROVAL RECOMMENDED: IQ Andrew T. Cronberg, P. E. -Assistant Director, Water Department APPROVED AS TO FORM AND M&C No.: C-27298 LEGALITY M&C Date: Max 19, 2015 By: Douglas W. Black Senior Assistant City Attorney ATTEST: F O R r 00 �o ° Mark J. 0g� City Secr 0 00000 ��)C p►S OFFICIAL RECORD City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services CITY SECRETARY Revised Date:12/11/2014 Page 16 of 16 FT.WORTH,TX ATTACHMENT A DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.: 02534 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 SANITARY SEWER Lu N N W W UV C0 C0 N N � 1 pco z w SANITARY I,_: O SQ WATER LENGTH D rp SEWER Ln O LENGTH STREET/LIMITS U MAP NO. o LF O p MAP NO. u� a- LF Wall-Price-Keller Rd. 4 2072-452 12"/8" 12" 3,100 N/A Corral Dr.to UPRR 2066-452 Wall-Price-Keller Rd. 4 2066-452 6" 12" 850 N/A (Ray White to Wa on Easement West of UPRR 4 2072-452 N/A 12" 1,900 N/A all-Price-Keller to Kroger) - Prairie Ct — 4 2066-452 6" 8" 20 N/A Jat Ray White West of US 377 (Kroger Dr.to 750'South of 4 2072-452 8" 12" 800 N/A Kroger Dr The project includes the design of 3,950 feet of 12-inch water line along Wall-Price-Keller Road, 1,900 feet of 12-inch waterline along the west side of the UP Railroad between Wall- Price-Keller Road and Kroger Drive, and 800 feet of 12-inch water line along the west side of the UP Railroad south of Kroger Drive. The Project also includes connecting the existing 6-inch water line along Prairie Ct. to the existing 16-inch water line along Ray White Road. The project will also include replacing the existing gate valves and fire hydrants inside the Deerfield subdivision. WORK TO BE PERFORMED Task 1. Design Management rrn Task 2. Conceptual Design— Not Included n Task 3. Preliminary Design m Task 4. Final Design rn Task 5. Bid Phase Services Task 6. Construction Phase Services c Z City of Fort Worth,Texas Attachment A FP PMO Release Date:07.23.2012 sIV Page 1 of 16 ii'� ATTACHMENT DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Plan Submittal Checklists Task 10. Coordination Meetings with City of Keller 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 with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly 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 City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 16 ATTACHMENT A DESIGN SERVICES FOR CEEPRELD ACCITION WAATER MAIN INIPRCVEMENTS CITY PROJECT NO.:02534 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 • 10 MWBE reports will be prepared • 4 meetings with city staff • 10 monthly water department progress reports will be prepared • 10 monthly project schedule updates will be prepared DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form G. Plan Submittal Checklists (See Task 9) TASK 2. CONCEPTUAL DESIGN (30 PERCENT). Not Included 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 Proiect 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). City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 16 ATTACHMENT A DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 • Overall project easement layout sheet(s) with property owner information. • Overall project water and/or sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, fire lines 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, fire line reconnections, water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. • The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • The ENGINEER will prepare standard and special detail sheets for water line installation. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 3.2. Geotechnical Investigation — Not Used 3.3. Constructability Review— Not Used 3.4. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 16 ATTACHMENT DESIGN SERVICES FOR CEERFIELD ACC':T10h V,`ATER NIA14Ih7PRCl'EMENTS CITY PROJECT NO.:82534 will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 3.5. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typical" on the CITY's Buzzsaw website. The typical need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. 3.6. Fire Line Reconnection • All fire lines on existing water mains to be replaced shall be clearly identified on the plans and when necessary, detail 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, constrictors 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 time frame that fire line will be shut down on City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 5 of 16 ATTACHMENT A DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 company letter head and inspector shall receive a copy. No fire line shut outs will be allowed without this letter. ASSUMPTIONS • 1 public meeting(s) will be conducted or attended during the preliminary design phase. • 0 borings at an average bore depth of 0 feet each will be provided. • Traffic Control "Typical"will be utilized to the extent possible. It is assumed an additional 0 project specific traffic control sheets will be developed for the project • 1 sets of 22"x34" size plans will be delivered for the Preliminary Design (60% design). • 1 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. • 1 sets of PDF drawings will be uploaded to Buzzsaw 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. Public meeting exhibits C. Utility Clearance drawings D. Traffic Control Plan E. Estimates of probable construction cost F. Data Base listing names and addresses of residents and businesses affected by the project. TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM 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. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 6 of 16 ATTACHMENT A DESIGN SERVICES FOR CEERFIELD ADDITIGtJ MATER.MAIN INIPRO,,EMENTS CITY PROJECT NO.:023; • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 2 sets of 11"x17" size drawings and 1 sets of 22"x34" size drawings and 2 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 11"x17"size drawings and 1 sets of 22"x34" size drawings and 2 specifications will be delivered for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. Below is the estimated sheet list: No. Description 1 Cover 2 Abbreviation, Legend, Sheet Index 3 General Notes 4 Shut-Down and Sequencing Notes 5 Project Control 6 Overall Water Layout 7 Water Abandonment Plan 8 Overall Easement Layout Sheet 9-10 Water Line A From Ray White to School 3 Sheets 850' 11-18 Water Line B from Corral Dr to RR 8 Sheets 3100' 19-23 Water Line C from Wall-Price Keller to Kroger Dr 5 Sheets 1900' 24-25 Water Line D from Kroger to Corning Plant 2 sheets) 800') 26 Trench and Backfill Details 27 Bore Details 28-29 Erosion Control Plan 2 sheets 30 Erosion Control Details 31-33 Miscellaneous Water Details 3 Sheets DELIVERABLES A. 90% construction plans and specifications. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 7 of 16 ATTACHMENT DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the 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 an .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bid tools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .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. • 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:08.1.2014 Page 8of16 s ATTACHMENT DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 • 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 Bid tools 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 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and D::IF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-OO53_org3.pdf and K-O32O_org5.pdf II. Water and Sewer file name example — "X-35667—org36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Buzzsaw. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956_SHT01.dwg", "W- 1956_SHT02.dwg", etc. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 9 of 16 ATTACHMENT A DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155_SHT01.dwg", "X-12755—SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 5 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 1 sets of 11"x17" size and 1 sets of 22"x34" size drawings plans and 2 specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet of plan holders D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress, with a maximum of 2 site visit. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 10 of 16 ATTACHMENT A DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_rec47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "47" shall be the total number of sheets in this file. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 11 of 16 ATTACHMENT DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 Example: W-0053_rec3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_rec36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755_rec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. ASSUMPTIONS • 2 RFI's are assumed. • 0 Change Orders are assumed • One copy of full size (22"x34") mylars will be delivered to the CITY. • 1 public meeting(s)will be conducted or attended during the construction phase. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings on Mylar TASK 7. 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. 7.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way, easements needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 12 of 16 r ATTACHMENT DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 • 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. 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare and submit Temporary Right of Entry documents for landowners to CITY PM for real property acquisition. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • 2 Easements or right-of-way documents will be necessary. • 2 Temporary right-of-entry documents will be necessary. • Right-of-Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District(TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary Right of Entry Letters TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING 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 of Fart Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 13 of 16 ATTACHMENT A DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 • 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 the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 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 Right-Of-Way to Right-Of-Way no more than 100 ft. in each direction. • Topographic survey along Wall-Price-Keller Road will be from Right-Of-Way to Right-Of- Way. • Topographic survey between Wall-Price-Keller to Kroger Drive will be 50 feet wide. • Full Topographic survey will not be performed within the Deerfield subdivision. Only valves and fire hydrants to be replaced will be surveyed in. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 14 of 16 ATTACHMENT A DESIGN SERVICES FOR %EERFIELD ADDITFQ WATER PLAIN INIPROVEMENT5 CITY PROJECT NO.:0253a B. Drawing of the project layout with dimensions and coordinate list. TASK 9. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffic Traffic Street Water Control Control Control Attachment"A" Signal Engineering Traffic Storm Storm Lights /Sewer Traffic 30% 60% 90% Type (Submit All Water Water (Submit (Submit 0 30% 60% All @ All @ (Submit All @ 30/o) 30% 60%) @ 60%) Required for all work in City ROW Street X X X X X. X X X X Storm Water X X X X X Water/Sewer X X X X *If included in street project DELIVERABLES A. Plan submittal checklist TASK 10. COORDINATION MEETINGS WITH CITY OF KELLER FNI will attend and help facilitate up to two coordination meetings with the City of Keller and City of Fort Worth at the 60% and 90% Design levels. This will include preparing agenda and GIS figures for the meetings. 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. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 15 of 16 ATTACHMENT DESIGN SERVICES FOR DEERFIELD ADDITION WATER MAIN IMPROVEMENTS CITY PROJECT NO.:02534 • 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. • Geotechnical services City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 16 of 16 ATTACHMENT B COMPENSATION Design Services for Deerfield Addition Water Main Improvements City Project No. 02534 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $144,066 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 4 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Freese and Nichols, Water Line Design $111,361 77.3% Inc. Proposed MBE/SBE Sub-Consultants Gorrondona and Survey and Easement $32,705 22.7% Associates, Inc. Documents Non-MBE/SBE Consultants N/A I TOTAL $144,066 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE $32,705 $32,705 22.7% City MBE/SBE Goal = 10% Consultant Committed Goal = 15 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION Project Discipline FNI Fee Subconsultant Subs Fee Total Fee MBE/SBE Fee Type Subconsultant Fee w/markup % Basic Services $96,660 $0 $0 $96,660 0.0% Lump Sum N/A Special Services Environmental $5,000 $0 $0 $5,000 0.0% Lump Sum N/A Easement Documents $0 $3,700 $4,070 $4,070 90.9°! Lump Sum Gorrondona Design Survey $0 $29,005 $31,906 $31,906 90.9% Lump Sum Gorrondona Railroad Easement Lump Sum Crossing $2,420 $0 $0 $2,420 0.0% Coordination $4,010 $0 $0 $4,010 0.0% Lump Sum Meetings with Keller Special Services Sub $11,430 $32,705 $35, Total 976 $47,406 75.9% Lump Sum Total $108,090 $32,705 $35,976 $144,066 25.0% Lump Sum City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 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 4 of 4 B-4 EXHIBIT B-iA Professional Services Payment Request P.)--imaged .—K,,—h,PE Project: Deerfield Addition Water Main Improvements City Project#: 02534 Work Type Desc: Water Invoice co-.6— in.:N.tion:: F/AJC: M66 s3t2m 6aat70— City Sec Number: Fill m green.eu.mcl-d P--c.mpl-and m-m.ed Pre—.iy aaannie. Purchase Order: vmen yw.m.ome I...mpiete,.a.e aha ao.e,mn e.us,w,m ndd your i—i.e t.me C.na—t(aider within Projmt'a/oder. Company Name:Free.e and N—.ln.. Consultant's PM: Dana smwenb.rg Jr. email: dg.@eree-- Vendor Invoice p: Office Address—Im.r.emn.i vum—zco.Fon worn,Tx r6m9 Payment Request p: Telephone: (81 T)13s1]0o From Date: Fax: (81T)135-7491 To Date: Invoice Date: Remit Pay Items Agreement Agreement Amendment Amendment Amountto Completed Percent (Sl Invoiced Current Remaining Descri ion Amount Number Amount Date Amount Com leted Previousht Invoice Balance E -e.nu "oee n J3-Pre1Mm Oes'n s91.z9o.00 591 so. s9r.f80. ]]-F'anl Des n s108law $laAno. sto•81 o. 51-Pnlimina 6une 535.9]6.00 535.918. 595.918. Totals This Unit: slm oss oo sla.ossa s.uo66 Overall Percentage Complete: Exhibit B-2 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for Deerfield Addition Water Main Improvements City Project No.02534 Labor o E en Took Msr�lbn Project Project Project Emlronaental Consttudti— T.11 Labor se Total Expense Task No. Direeter Mona er E Iowa, Efi Sd.mist En Ineer G16 CPDD Amnlni.tatNe Cost Subeonsularrt T-1 Reproduction Cosi Task Sub Total Rate miNBE Non-MWBE 1.0 ProMona.ment 2 10 4 • 1 • 0 • N4 soN t1 s1• 1N 1.1 Ma the Team 1.1.1 Int"Team Mea 1.11 QNQC N1 11 Cammuniations and Re rdn 1.2.1 Pre- n Coorolnahn Meegi [momhly.64mtry.—1004 Projod 1.2.2 U to kl ti: 12.3 Design Submllsl Rwknw Meeh a s15 sIsl 1.2.4 Prepare Baas/ne Schatluk ss111 Prop—Monody Progrcas Reports wUh 1.2.5 Sdrodub 1.2.6 P.pontMonthl MBE/SSE Re rte _ $01 Sol 12.7 k,vokiSUN sw 20 Conce twat Dost n 30-P—n 3 1 1 0 0 0 1 4 all is 1 N 2.1 Dar.Colemon 301 Drckoge Cen,pw6on.and D,.i age Area 2.2 I.P 2.3 Satroudf a UI En aefing ad IQ 2.4 Dooign Dmwrnqs all Sol 2.5 Proed D.Wan Lo _ ad 2.6 C.notn o ion E.U.M. Sol Jai ,.wz. �a�«-..c.•.- - ___. _ _ _ _ _ __-_.. __._. _ _ _ .__ 9__9_99 v–.._. »- A Prclmina Das n i0 Percerrt k 74 1 tis 0 0 0 in - 0 _W.I*d -s0 - _.so at •1N _ "W7.3 PnBrinary Design Dawhgs antl 3.1 S Oona y SO 120 $50 Sao 31 Geotedmial 1-11 tionlP.—nk 3.2 Dsign 3.3 C—Ka tab Review am $0— D...I.P Dab Baas d row",;nd bualno-9,detl by the Pro 4 34 usky Cie.— ad 3.5 T,.ft C.Mm1 Plan 4 4 $1.7121 $t Co.M,dlen Estimate 4 am I ad M 16 Fire Line Reconnection - 16 6 $25 s4 Pu b1c Msatln 4 4 3XI13I 1 $25 1 A Final Doo,1go 2 N 0 11 0 0 0 Po 0 is 1 $29,740 F1 10n6(90'b)Camtn�ctlon Plans 1n 4.1 S gationa I0 H 6 o8 S17.30411 $25 $ 11 $17.51 42 Fkal 100%Plans and Spewfleations _ 0 20 20 3&2401 1 525 si s0 4.3 Pro ect G-W n Los %and 100"154 4.4 ConsbucCnn Esfknatea %and 100% { Sol IS1.4i 6.0 Bid Phase 12 1 is 0 1 0 ■ 7d1Po 1s5.1 Bid Su d Sol Contract Documenfs antl Mainialn 5910[ Plan Holden List 4 165.1.2 Issue Addnda 8 31 5.1.3 Attend Pre-bid ConferenceAendBWO nin 2Tabulato BitlsaMR..—.dAward 2to 5.1.6 Issue Conformed Contract Documents 2 B 4 Sw s1 Cly of Fort Worth,Tina AWdnrd B-L...l of El6rt 3,W1oment PMO Otidol Rola.Data:0.09.2012 1 o12 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for Deerfield Addition Water Main Improvements City Project No.02534 Labor o Exen Task Description Project Protect Profec[ Environmental Conshuc0on Total labor Total Expense Task No. Director Mane er En sneer In Scientist En ineer GIS CARD Administrathn cost Suit-vultant Tnvwl Reproductton Cost Task Sub Total Rate - - MME I Non-MWBE 8.0 Consiruetion Phase Services t 211 0 32 0 0 1 21 1 tis p N 511$ 510 144 VON 6.1 Constructbn Su rt N 6.7.1 Attend Prewnslbu O,,Conte- _. 2 51 $15 51 SIM 6.1.2 Atlend Puhtc Mae 4 11 Sm t 6.1.3 Pro ct SBe".ba 2 S SX410 $50 38032. 6.1+41 Sulo lbl Review 16 Sz!1 Request for Infos atkn/Change Oder 6.1.5 Review 4 51 St 6.1.6 Final Walk Tluc h and Punch List sm 525 6.2 Remd Dn 2 20 f31 $S 7.0,. ROWIEaaamant Services 0 d. 0 0 0 0 0 a t so -. $2.748 Se - _._ _ -_.`. TM -- --: z 7.1 R lo(-Wa Reeaarch Rightol-Way/Eassment Prep-tion and 7.2 Submittal _ $3.700 93 7.3 Tem n R'ht of En Submittal - so $01 Y all ay...err...,.... 8.0 Surve 0 0 0 t 0 t 0 t 0 w f0 SI 51 f2.000 520 8.1 D nSurva - $29,n05 579 $2701 6.2 Tem R M a1 Entry Submk,e, - Sol 6.3 Combutlbn Surve 9.0 Parmltiln 0 1 0 t Si 0 2 • 0 f0 M. PASS 9.1 SWPPP301 S2 Envbonmenbl Servlcea 26 2 $25 9.3 Floodplain Sarvkee Still 9./ TOOT 9.5 Ratoad - --- 6 11 9.6 TDLR 9.7 C of Fart Worth Parks C-raon 10.0 Coordination Meetin swkh Keller / t 0 6 0 • a 0 0 t1 5• $0 f•0 --W am $4 11,14 9.7 Coodkatlon Ne ewOh Keller - -' 0 5 6 01 $90 01 Totals 221 ISO[ 0 244 2{ t 10 25t 20 5107,1416 i$2.70/ 3• 4471 SW fii,ft• 5710,7K Pro S- Total Hoursl 751 Total Latoul $107.166 Total Ex $33.600 MBEISBE Subconsultand $32705 NnfMBME SubmnwOaM 50 10% Sub Marko 53271 MBE/SSE Pa' tion 22.7% Telal Pm ect Coat $144,066 WP Water Sewer Co I d 0% 31 S S Pn n fi0%1 32$ 97280.00 FhuID n 10% 33$ 10610.00 5 Sury 51 535.976$ Subtotal 5144.06606 $ Total 3 144.1166.1M Cly of Fort W.".Taxes Atadann0 B-Le..Ot ERM Suppl-1, PMO 00clal Rel-es Data:8.002012 2.t2 WMFREESE EXHIBIT B-3 aN�CH��.S Deerfield Addition Water Main Improvements Opinion of Probable Construction Cost Proposal City of Ft.Worth ACCOUNT • ESTIMATOR CHECKED BY DATE RMO DGS March 4,2015 DESCRIPTIONITEM QUANTITY UNIT UNIT PRICE TOTAL 12"Water Pipe 6,600 LF $78 $514,800 8"Water Pipe 100 LF $52 $5,200 12"Water Carrier Pipe 100 LF $78 $7,800 24"Casing By Other Than Open Cut 100 LF $400 $40,000 Install New Fire Hydrant 2 EA $5,000 $10,000 Install 12"Gate Valve 10 EA $2,200 $22,000 Install 8"Gate Valve 4 EA $1,200 $4,800 Install 6"Gate Valve 3 EA $900 $2,700 Replace Existing Fire Hydrant 11 EA $6,000 $66,000 Replace Existing 8"Valve 2 EA $2,500 $5,000 Replace Existing 6"Valve 23 EA $2,000 $46,000 Connection to 6"Water Line 6 EA $2,000 $12,000 Connection to 8"Water Line 5 EA $2,500 $12,500 Connection to 12"Water Line 2 EA $3,000 $6,000 Connection to 16"Water Line 2 EA $8,000 $16,000 DI Fittinges 2 TON $8,000 $16,000 10'Wide(Permanent)Asphalt Pvmt Repair,Arterial 4,000 LF $65 $260,000 Erosion Control and SWPPP Implementation 1 LS $10,000 1 $10,000 Traffic Control 1 LS $10,000 1 $10,000 Subtotal $1,066,800 Contingency 20 % 1 $213,3601 $213,360 Subtotal $1,280,160 Project Total $1,280,200 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Deerfield Addition Water Main Improvements City Project No. 02534 NONE City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page I of 1 Consulting Contract Schedule Specifications FORT WORTH City of Fort Worth Capital Improvement Program �--' Attachment D-Project Schedule This PROTECT requires a Tier << >> schedule as defined herein and in the City's Schedule Guidance Document. Dl. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and tinning of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: - Primavera (Version 6.1 or later or approved by CITY) - Primavera Contractor (Version 6.1 or later or approved by CITY) - Microsoft Project(Version 2003/2007 or later or approved by CITY) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CTI`Y to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any, and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks,subtasks, and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities, key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points,including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following,if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 1 of 2 • Other schedule-related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 2 of 2 v Ateadtment D Project Stlrodule for Deerfield Addition Water Main Improvements ID ask frask Name 1 ____.......__.. ..—..—_303.6...... _..—.......__._...._....._—_._--.........._...... _ Naode I r ! 2 ® Notim to Proceed 0 days Mon 6/1/15 Mon 6/1/15 6/1 3 Dasigt Survey 1 mon Mon 6/1/15 Fri 6/26/15 1 i a Environmental 1 mon Mon 6/1/15 FA 6/26/15 5 % Prepare 60%Design 1 man Mon 6/29/15 Fri 7/21/15 6 % FW WD Review of 60%Design 1 Wks Mon 7/27/15 Fd 8/7/15 i 7 % Easement Acquithm 1 mans Mon 8/10/15 Fri ii/ii/15 8 �� Cro=fing iit—k 1 mons Mon 8/10/15 Fd 11/17/15 9 Prepare 90%Design 2mons Mon 8/10/15 Fri 16/2/15 10 a FW WD R-lew of 90%Design 1 wks Mon 10/5/15 FA 16/16/15 11 a Coordinate with UPRR 30 Jays Mon 10/19/-Fd 11/27/15 11 a Prepare Final Plans and Specs 1 wks Mon 11/30/1SFr112/11/IS 13 Adverthe for bids ... I nslka Man 12A4/1--Fri l/8/lfi i 11 a Open Bids 0 days Fri 1/8/16 Fri IAA6 1/9 is j a Award B wks Mon 1/11/16 FA 3/1/16 16 % Construction Publk Meeting A days Fri 31CS11i Fri 3/18/16 311B 17 a C.0wition(Start to Substantial--128days Mon 3/7/16 Wed 8/31/16 Completion( 1�a j eb subsumiai Completion- o days wed 8%31/Se wed a/31/16 L_ I 19 I Construction(Substantial days Thu9/1/16 Fri 9/30/16 Completion m Final Completlon( 10 a Rnal Completion — days FA 9/30/1fi FN 9/30/16 9/30 I Task ® Project Summary In.dW.Milestone O Manual Summary Rollup Deadline i Project:N511484nChPhase2Sche Split ..................... External Tasks ® Inacthm Summary � Manual Summary W--—1 Progress Date:Thu 3/12/15 Milestone • External Mllesmne • Manual Task Start-only C Summary - Inactive Task O Duratiano.N FInkt—ty Page 1 UI-1-1 Ll i-i"-4 i I i i i Ir mi f 111-7-S l-.,aWAQZA--01R. k 1 L CY :7j I Ik to —A rTTI.' ------ I'Proposed M.- 12" 7 7, Wa r Line A� Water Connect Existing 6" -1 .12� 1 iTT I 1z Keller Water Line to ........ .. .. ......... Existing 16"Fort Worth NS3 Water Line LJ I I -LLI f I =1 ............ rProposed 12-1 i =T Water Line Z. KROGER DISTRIBUTION CENTER 0 aTF1 MDR Aff 77 ATTACHMENT E 1ARK VISTA USIN' �m '... --------_ CITY OF FORT WORTH WATER SYSTEM IMPROVEMENTS LEGEND Proposed 12" 4 Fire Hydrant To Be Replaced — Fort Worth NS3 Water Line Water Line 0 Proposed Fire Hydrant —Other Fort Worth Water Line Relocation Due 4 Fort Worth Fire Hydrant — Keller Water Line to UPRR Expansion 4 Keller Fire Hydrant Street N Valve To Be Replaced Lj Parcel PLANT W Proposed Valve ®City Limit Fort Worth Valve 13 Keller City Limit CN Area to be Transferred Proposed 12"Water Line k PRESSURE PLANES from Keller Water System CN -- FORT to Fort Worth Water System RTH. ejl Northside 2 aFREESE I i 1750Ti Vir11-NICHOLS Northside 3 — F -T FSCALEN E - M&C Review Pagel of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoR TWoRm COUNCIL ACTION: Approved on 5/19/2015 - Resoluction No. 4456-05-2015 DATE: 5/19/2015 REFERENCE NO.: **C-27298 LOG NAME: 60DEERFIELD-FNI CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Engineering Agreement with Freese & Nichols, Inc., in the Amount of$144,066.00 for Deerfield Addition Water Main Improvements on Wall Price Keller Road, Provide for Additional Staff Project Costs for a Project Total in the Amount of $175,066.00 and Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt Issuance (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of an Engineering Agreement with Freese & Nichols, Inc., in the amount of$144,066.00 for the Deerfield Addition Water Main Improvements project; and 2. Adopt the attached resolution expressing its official Intent to Reimburse expenditures with proceeds of future debt for the Deerfield Addition Water Main Improvements project. DISCUSSION: On August 19, 2014, (M&C PZ-3064) the City Council annexed the Deerfield Addition, located south of Wall Price Keller Road and west of US Highway 377. The service plan for the annexed area requires the City to provide full municipal services no later than two and one-half (2 1/2) years after the effective date of the annexation. The proposed project includes design for the following: 3,950 feet of 12-inch water line along Wall Price Keller Road from Ray White Road to Chisholm Trail; 1,900 feet of 12-inch water line along the west side of U.S. Highway 377 from Wall Price Keller Road to Innovation Way; Connection of the existing 6-inch water line on Prairie Court to the existing 16-inch water line on Ray White Road; and The Replacement of the existing gate valve and fire hydrants inside Deerfield subdivision to match current City standards. Upon approval of this Mayor and Council Communications, appropriations for Deerfield Addition Water Main Improvements, will consist of the following: Freese & Nichols, Inc. Engineering Agreement $144,066.00 Project Management, Land Acquisition, Utility Coordination and Material Testing $ 31,000.00 Total Appropriations $175,066.00 This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the M&C Review Page 2 of 3 appropriation authority authorized under the Direct Purchase Note program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the Direct Purchase Note program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three months. The Financial Management Services Department is currently working with all departments to ensure that multi-year capital improvement plans are in place. Newly developed and already existing plans, such as the Water Department's current multi-year capital improvement plan, will be presented to City Council for review and adoption. If the City Council-adopted plan does not include issuance of debt for this specific project, the project will be funded utilizing other financing sources. If the Council-adopted plan calls for debt issuance, that debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Freese & Nichols, Inc., proposes to perform the design work for a lump sum fee of $144,066.00. Staff considers this fee to be fair and reasonable for the scope of services proposed. M/WBE Office - Freese & Nichols, Inc., is in compliance with City's BDE Ordinance by committing to 23 percent SBE participation on this project. The City's SBE goal on this project is 15 percent. In addition to the contract amount, $31,000.00 is required for project management, land acquisition, utility coordination and material testing. The project is located in COUNCIL DISTRICT 4, Mapsco 22V and 23S. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the 2017 Water and Sewer Revenue Bonds Capital Project Fund for transfer from Unspecified funding to the Deerfield Addition Water Main Improvements project for this contract, as depicted in the table below: Available Remaining Available Fund Appropriation Transfer Appropriation Amount Amount 2017 Water and Sewer Revenue Bonds $58,556,948.06 $175,066.00 $58,381,882.06 Capital Project Fund Subject to Mayor and Council Communication approval, transfer from Unspecified and appropriation to the Deerfield Addition Water Main Improvements project, the proposed funding for the revised project will consist of the following: Existing Revised Fund Appropriations Appropriations Encumbrances Expenditures Balance 2017 Water and M&C Review Page 3 of 3 Sewer Revenue Bonds $0.00 $175,066.00 $0.00 $0.00 $175,066.00 Capital Project Fund TO Fund/Account/Centers FROM Fund/AccounVCenters P266 511010 604170253430 $10,000.00 P266 531200 604170253432 $97,280.00 P266 531200 604170253432 $97,280.00 P266 531200 604170253433 $10,810.00 P266 531200 604170253433 $10,810.00 P266 531200 604170253451 $35,976.00 P266 541100 604170253441 $15,000.00 P266 531350 604170253442 $3,000.00 P266 531200 604170253451 $35,976.00 P266 531350 604170253473 $1,000.00 P266 533010 604170253481 $500.00 P266 531200 604170253484 $1,000.00 P266 531350 604170253484 $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 60DEERFIELD - FNI Map01.pdf Deerfield Addition Water Main Improvements 4-30-15.doc M&C Review Pagel of 3 Official CITY COUNCIL AGENDA FoR�H COUNCIL ACTION: Approved on 5/19/2015 - Resoluction No. 4456-05-2015 DATE: 5/19/2015 REFERENCE NO.: **C-27298 LOG NAME: 60DEERFIELD-FNI CODE: C TYPE: CONSENT PUBLICNO HEARING: SUBJECT: Authorize Execution of an Engineering Agreement with Freese & Nichols, Inc., in the Amount of$144,066.00 for Deerfield Addition Water Main Improvements on Wall Price Keller Road, Provide for Additional Staff Project Costs for a Project Total in the Amount of $175,066.00 and Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt Issuance (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of an Engineering Agreement with Freese & Nichols, Inc., in the amount of$144,066.00 for the Deerfield Addition Water Main Improvements project; and 2. Adopt the attached resolution expressing its official Intent to Reimburse expenditures with proceeds of future debt for the Deerfield Addition Water Main Improvements project. DISCUSSION: On August 19, 2014, (M&C PZ-3064) the City Council annexed the Deerfield Addition, located south of Wall Price Keller Road and west of US Highway 377. The service plan for the annexed area requires the City to provide full municipal services no later than two and one-half (2 1/2) years after the effective date of the annexation. The proposed project includes design for the following: 3,950 feet of 12-inch water line along Wall Price Keller Road from Ray White Road to Chisholm Trail; 1,900 feet of 12-inch water line along the west side of U.S. Highway 377 from Wall Price Keller Road to Innovation Way; Connection of the existing 6-inch water line on Prairie Court to the existing 16-inch water line on Ray White Road; and The Replacement of the existing gate valve and fire hydrants inside Deerfield subdivision to match current City standards. Upon approval of this Mayor and Council Communications, appropriations for Deerfield Addition Water Main Improvements, will consist of the following: Freese & Nichols, Inc. $144,066.00 Engineering Agreement Project Management, Land Acquisition, Fs 31,000.00 Utility Coordination and Material Testing Total Appropriations $175,066.00 http://apps.cfwnet.org/council_packet/mc review.asp?ID=20995&councildate=5/19/2015 6/17/2015 M&C Review Page 2 of 3 . This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the Direct Purchase Note program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three months. The Financial Management Services Department is currently working with all departments to ensure that multi-year capital improvement plans are in place. Newly developed and already existing plans, such as the Water Department's current multi-year capital improvement plan, will be presented to City Council for review and adoption. If the City Council-adopted plan does not include issuance of debt for this specific project, the project will be funded utilizing other financing sources. If the Council-adopted plan calls for debt issuance, that debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Freese & Nichols, Inc., proposes to perform the design work for a lump sum fee of $144,066.00. Staff considers this fee to be fair and reasonable for the scope of services proposed. M/WBE Office - Freese & Nichols, Inc., is in compliance with City's BDE Ordinance by committing to 23 percent SBE participation on this project. The City's SBE goal on this project is 15 percent. In addition to the contract amount, $31,000.00 is required for project management, land acquisition, utility coordination and material testing. The project is located in COUNCIL DISTRICT 4, Mapsco 22V and 23S. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the 2017 Water and Sewer Revenue Bonds Capital Project Fund for transfer from Unspecified funding to the Deerfield Addition Water Main Improvements project for this contract, as depicted in the table below: Available Remaining Available Fund Appropriation Transfer Appropriation Amount Amount 2017 Water and Sewer Revenue Bonds $58,556,948.06 $175,066.00 $58,381,882.06 Capital Project Fund Subject to Mayor and Council Communication approval, transfer from Unspecified and appropriation to the Deerfield Addition Water Main Improvements project, the proposed funding for the revised project will consist of the following: - Existing Revised http://apps.cfwnet.org/council packet/mc review.asp?ID=20995&councildate=5/19/2015 6/17/2015 M&C Review Page 3 of 3 Fund ! Appropriations Appropriations Encumbrances Expenditures Balance 2017 Water and Sewer Revenue $0.00 $175,066.00 $0.00 $0.00 $175,066.00 Bonds Capital Project Fund TO Fund/Account/Centers FROM Fund/Account/Centers P266 511010 604170253430 $10.000.00 P266 531200 604170253432 $97,280.00 P266 531200 604170253432 $97,280.00 P266 531200 604170253433 $10.810.00 P266 531200 604170253433 $10,810.00 P266 531200 604170253451 $35,976.00 P266 541100 604170253441 $15,000.00 P266 531350 604170253442 $3,000.00 P266 531200 604170253451 $35.976.00 P266 531350 604170253473 $1,000,00 P266 533010 604170253481 $500.00 P266 531200 604170253484 $1,000.00 P266 531350 604170253484 $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 60DEERFIELD - FNI Map01.pdf Deerfield Addition Water Main Improvements 4-30-15.doc *»—_c ii ni,InI c A/1'7/')O1 5