Loading...
HomeMy WebLinkAboutContract 52783 CITY SECREARY CITY OF FORT WORTH, TEXAS CONTRACT NO. !v ` STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("City"), and Kimley-Horn and Associates, Inc. authorized to do business in Texas ("Consultant'), for a PROJECT generally described as: Shoreview Culvert Improvements (CPN 101820). Article I Scope of Services (1) Consultant hereby agrees to perform the professional services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with the PROJECT. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated an amount up to $301,840.00 in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. Article III Term Unless terminated pursuant to Article VIII herein, this Agreement shall be for a term beginning on the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. City of Fort Worth,Texas Standard Agreement for Professional Services Shorevi Culvert Improvements " Revision Date:11.07.17 j CPN 101820 Page 1 of 9 CITY SECRETARY FT. WORTHP TX Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) THE CONSULTANT, AT NO COST TO THE CITY, AGREES TO DEFEND, INDEMNIFY AND HOLD THE CITY, ITS OFFICERS, AGENTS SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITY) OR SUBCONTRACTORS, RELATED TO THE PERFORMANCE OR NON- PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT. Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. City of Fort Worth,Texas Standard Agreement for Professional Services Shoreview Culvert Improvements Revision Date:11.07.17 CPN 101820 Page 2 of 9 Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease -each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be attached to this Agreement prior to its execution. c. Any failure on part of the City to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. City of Fort Worth,Texas Standard Agreement for Professional Services Shoreview Culvert Improvements Revision Date:11.07.17 CPN 101820 Page 3 of 9 h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article VIII Termination of Contract (1) a. City may terminate this Agreement for its convenience on 30 days' written notice to Consultant. b. Either the City or the Consultant, for cause, may terminate this Agreement if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (2) If City chooses to terminate this Agreement, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article II of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. City of Fort Worth,Texas Standard Agreement for Professional Services Shoreview Culvert Improvements Revision Date:11.07.17 CPN 101820 Page 4 of 9 Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accordance with the City's Business Diversity goals (Chapter 20, Article X of the City's Code of Ordinances a/k/a 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. Consultant acknowledges the MBE and SBE goals established for this Agreement 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 Consultant 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. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local 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 City of Fort Worth,Texas Standard Agreement for Professional Services Shoreview Culvert Improvements Revision Date:11.07.17 CPN 101820 Page 5 of 9 thereof shall be considered. Consultant 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 XII Immigration Nationality Act Consultant shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Consultant shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Consultant shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Consultant employee who is not legally eligible to perform such services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant, shall have the right to immediately terminate this Agreement for violations of this provision by Consultant. Article XIII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIV Contract Construction The parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. Article XV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this City of Fort Worth,Texas Standard Agreement for Professional Services Shoreview Culvert Improvements Revision Date:11.07.17 CPN 101820 Page 6 of 9 Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XVI Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Michael Wellbaum, PE, CFM TPW Stormwater Capital Delivery 900 Monroe Street, Suite 200 Fort Worth, Texas 76102 Consultant: Kimley-Horn and Associates, Inc. Attn: Misty Christian, P.E. 801 Cherry Street Unit 11, Suite 1300 Fort Worth, Texas 76102 Article XVII Prohibition On Contracts With Companies Boycotting Israel Consultant acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel' and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Article XVIII Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement City of Fort Worth,Texas Standard Agreement for Professional Services Shoreview Culvert Improvements Revision Date:11.07.17 CPN 101820 Page 7of9 Article XIX Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. 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 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH CONSULTANT KIMLEY-HORN AND ASSOCIATES, INC. 9, �J+�Akjd Dana Bu doff colt Arn ld, P.E. Interim Assistant City Manager Vice President Date: ,, - 1 Date rI( o)q APPROV L RECOMMENDED- By. 20 - � 1alll:a.h Sa�.�S n Director, TA OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX City of Fort Worth,Texas Standard Agreement for Professional Services Shoreview Culvert Improvements Revision Date:11.07.17 CPN 101820 Page 8 of 9 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance a d reporting Form 1295 No. 2019-495255 requirem t M&C No.: 19-0024 Micha I ell aum, PE, CFM M&C Date: August 6, 2019 Project Manager APPROVED AS TO FORM AND LEGALITY ATTEST: :FOR,, By: Douglas Black Mary J. K r JUS y Assistant City Attorney City Secretary 1� E f FICIAL RECC".1)TY SECRET'ArYT. W®RTRa City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Shoreview Culvert Improvements Page 9 of 9 CPN 101820 ATTACHMENT "A" Scope for Engineering Design Related Services for Storm Water Improvements Projects 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. Under this scope, "ENGINEER" is expanded to include any sub-consultant, including surveyor, employed or contracted by the ENGINEER. OBJECTIVE The purpose of this project is to reconstruct the existing culvert crossing at Shoreview Drive (approximately 150 feet from the Shoreview Drive and Bomber Road intersection). The existing culvert crossing consists of four(4)-six(6) foot CMP pipes. The project will involve determining the new culvert size for the crossing and preparing engineered construction plans for bidding and construction purposes. The design includes survey, geotechnical and SUE services. A Letter of Map Revision (LOMR), including the `as-built'survey is also included in the Scope. Water and sanitary sewer relocations are included in the scope. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey Services Task 9. Permitting Task 10. Plan Submittal Checklists Task 11. Structural Observation TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will 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 City of Fort Worth,Texas Shoreview Culvert Improvements Attachment A CPN 101820 PMO Release Date:07/23/2012 Page 1 of 22 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 and document monthly project update meetings with CITY Project Manager. • Conduct review meetings with the CITY at the end of each design phase. • Conduct and document biweekly design team meetings. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the respective CITY 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 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 • This scope assumes the design of this project will be completed within nine (9) months and construction will be complete within one (1) after the project is awarded. • This scope assumes up to nine (9) monthly updates (written), three (3) meetings with the CITY's project manager and up to three (3) meetings with other CITY departments DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly status reports (PSR) Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:0712312012 Page 2 of 22 D. Baseline design schedule E. Monthly risk register F. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes G. Monthly M/WBE Report Form and Final Summary Payment Report Form H. Plan Submittal Checklists (See Task 10) TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will utilize concepts and criteria contained in the current CITY—iSWM Criteria Manual for Site Development and Construction for conceptual planning and design. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, CITY Master Plans, CITY drainage complaint files, existing applicable drainage studies, FEMA floodplain and floodway maps, existing models of project area (if any) and property ownership as available from the Tax Assessor's office. • Engineer will perform up to two (2) site visits. 2.2. Drainage Computations • ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of- way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Other frequencies as required by iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the current CITY iSWM Criteria Manual for Site Development and Construction. All locations in the project area where 100- year runoff exceeds available storm drain and right-of-way capacities shall be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 3 of 22 • Since this is a culvert project, the 100-year ultimate design storm will be used. No new hydrology will be determined for this project. The ENGINEER will rely upon the FEMA effective flows for this watershed and sizing the culvert. • ENGINEER will prepare a conceptual drainage study that includes the hydraulic modeling results of the creek and two culvert options. The study will include a brief narrative and modeling results. The intent of the drainage study is to demonstrate there are no increases in the water surface elevations. 2.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level B and A, as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. Quality Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built' or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 4 of 22 • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B (includes tasks as described for Quality Level C) • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. 2.4 Public Meeting After the conceptual plans have been reviewed and approved by the CITY, the ENGINEER shall prepare 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 coordinate with CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. 2.5. The Conceptual Design Package shall include the following: • Written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. • Cover sheet Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 5 of 22 • Drainage area map with supporting drainage computations in the CITY's standard tabular format. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • Horizontal alignment(excluding profiles) of proposed storm water improvements, including existing lot layout, streets, street right-of-way, proposed easements, and existing utilities gathered during the SUE within the project limits. • Proposed phasing of water, sanitary sewer, street and drainage work documented in both the project schedule and narrative form. • Location of maintenance ramp. • Documentation of key design decisions (Project Decision Log). • Estimates of probable construction cost. • Summary, if any, of environmental impacts. ASSUMPTIONS • ENGINEER will evaluate up to two (2) culvert sizing scenarios. • Only Level A SUE will be completed in Task 2. Utilities to be designated include gas, telecommunications, electric, traffic signals, storm, water and sanitary sewer. The budget is limited to $10,000 for this task. • ENGINEER will rely upon FEMA effective flows. No new hydrology will be determined for the watershed. It is assumed the FEMA hydrology reflects a fully developed watershed. • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • The SUE and SUE plan sheets shall be in accordance with Cl/ASCE 38-02. • Up to four(4) copies of the conceptual design package will be delivered. Drawings will be half size (11" x 17"). A pdf version of the submittal will be provided electronically. • DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360. • All submitted documents and checklists will also be uploaded to the designated project folder in BIM 360. • ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package. B. Conceptual iSWM Checklist Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 6 of 22 TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans shall be submitted to CITY per the approved Project Schedule. The ENGINEER will proceed with 60 Percent design once an alternative is selected from Task 2. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings shall include the following: • Cover Sheet • Index Sheet and General Notes • Drainage area maps showing proposed improvements with drainage calculations and hydraulic computations in accordance with the the current iSWM Criteria Manual for Site Development and Construction. • Drainage Study, if updated from the Concept Phase. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall project easement layout sheet(s) showing existing easements and/or right of way. • SUE plan drawings, including Level A (see scope in Task 2). Potholes may occur in this phase once the proposed improvements are agreed upon. • Preliminary iSWM Checklist in accordance with the current iSWM Criteria Manual for Site Development and Construction • Plan and profile drawings of proposed storm water improvements, including existing lot layout with property ownership, streets, curb lines, driveways, medians (if applicable), sidewalks, existing and proposed water and sanitary sewer mains, existing utilities gathered during the SUE and existing utility easements within the project limits. • No less than two bench marks per plan/profile sheet. • The ENGINEER will prepare standard and special detail sheets that are not already included in the City's standard details. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. • Prepare separate drawings for water and/or sanitary sewer mains including a overall water and/or sanitary sewer layout sheet and plan and profile drawings. • Overall project water and/or sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvements and existing water mains in Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 7 of 22 the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Plan and profile sheets which show the following: proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. • The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering (SUE investigation has been performed). The Level A SUE will be performed; (1) by the ENGINEER if included in the fee proposal; or(2) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or(3) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options, the ENGINEER shall propose appropriate de- hole locations in the project and collect flow line elevation and other applicable information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • Station equations relating utilities to paving,when appropriate. • Proposed roadway profile grades and elevations along each curb line; elevations at all P.V.I.'s; P.I's half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the left and right of right-of-way lines shall be shown. Existing found property corners (e.g. Iron pins) along the existing right-of-way shall be shown on the plans. Profiles for existing and proposed storm drain mains and laterals shall be provided. Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 8 of 22 • Channel plan and profile drawings shall include existing channel centerline, existing left and right top of channel bank, proposed top of channel backs, and 100 year water surface profile. • Preliminary roadway and/or channel cross-sections will be developed, from the survey notes, at intervals not-to-exceed 50 foot along the project length and will extend 10 foot past the right of way line on both sides of the street. Additional cross-sections at important features including driveways, P.I.'s of intersecting streets, (minimum distance of 100 foot along cross-street at each P.I.) walks, retaining walls, etc., will also be provided. Profiles of centerline of driveways will also be provided where necessary. Scale will be 1" = 20' horizontal and 1" = 2' vertical. Excavation and embankment volumes and end area computations shall also be provided. 3.2. Geotechnical Investigation/Pavement Design • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. • The ENGINEER shall prepare a detailed geotechnical engineering study to be used for the structural design of the culvert headwall. 3.3 Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4 Public Meeting • After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER shall prepare 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 coordinate with CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. 3.5 Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 9 of 22 • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in BIM 360 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. 3.7 Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's BIM 360 website. The typicals need not be sealed individually, if included in the sealed contract documents. This includes developing a detour plan sheets. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. ASSUMPTIONS • Perform one (1) site visit. • ENGINEER will assist the City with one public meeting. The ENGINEER will provide full size aerial graphics showing the project scope and location. If desired by the City, a detour map will be provided at the public meeting. • It is assumed that Shoreview Drive will be closed during construction, therefore, a detailed traffic control plan for the culvert construction is not included in the Scope. A detour map will be included in the plans. • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • Up to two (2) borings at an average bore depth of twenty (40) feet each will be provided. • Traffic Control "Typicals"will be utilized to the extent possible. • Two (2) copies of the geotechnical report will be delivered to the CITY and/or a pdf version of the report. • Up to three (3) full size 22"x34" plans will be delivered for Utility Clearance, as well as pdf copies. • Up to six (6) full size 22" x34" plans will be delivered for Constructability Review, as well as pdf copies. • Up to six(6) half size 11"xl 7" plans will be delivered for Preliminary Design, as well as pdf copies. • DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360. • All submitted documents and checklists will also be uploaded to the designated project folder in BIM 360. Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 10 of 22 • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings B. Preliminary iSWM Checklist C. Utility Clearance drawings D. Geotechnical Report E. Documentation of key design decisions (Project Decision Log) F. Estimates of probable construction cost(OPCC) G. Public Meeting exhibits H. Traffic Control Plans, if needed 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: • Final draft construction plans and specifications including iSWM Construction Plan shall be submitted to CITY per the approved Project Schedule. • The ENGINEER shall submit a final design estimate of probable construction cost with the final design plans submitted. This estimate shall use ONLY standard CITY bid items. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (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. Public Meeting • After the plans have been reviewed and approved by the CITY, the ENGINEER shall prepare 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 coordinate with CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. ASSUMPTIONS • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • Up to six (6) half size 11"x17" and up to six(6) full size 22"x36" drawings and up to six (6) specifications will be delivered for the 90% design. A pdf version of the plans will be provided. Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 11 of 22 • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in BIM 360. • Up to ten (10) full size 22"x34" drawings and ten (10) specifications will be delivered for the 100% design. A pdf version of the specifications will be provided. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in BIM 360. DELIVERABLES A. 90% construction plans specifications. B. 100% construction plans and specifications. C. Final iSWM Checklist D. Documentation of key design decisions (Project Decision Log). E. Detailed estimates of probable construction cost for the authorized construction project, including summaries of bid items and quantities using the CITY's standard bid items and format. F. 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 BIM 360 for access to potential bidders. • Contract documents shall be uploaded in a .xls file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to BIM 360 in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The Awf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on BIM 360 from documents sold and from Contractor's uploaded Plan Holder Registrations in BIM 360. • 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 Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 12 of 22 project's BIM 360 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 BIM 360 and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on BIM 360. • Assist the CITY with assembling and awarding contracts for construction, materials, equipment, and services. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings • Final Design Drawings shall be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file and DWF format. There shall be one (1) PDF file and one (1) DWF file (created from CAD application of drawing) 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 filess and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956—org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W 0053—org3.pdf and K-0320—org5.pdf II. Water and Sewer file name example — "X-35667—org36.pdf' where 11X- 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 Shoreview Culvert improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 13 of 22 Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in BIM 360. • 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. 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. • The ENGINEER will attend one bid opening and one prebid meeting. • Full and half size sets of construction documents will be made available on BIM 360 for plan holders and/or given to plan viewing rooms. • Up to ten (10) sets of construction documents will be printed for various uses • Up to five (5) sets of full and half size plans (each) and specifications (conformed, if applicable)will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to BIM 360. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed, if applicable) E. CFW Data Spreadsheet Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 14 of 22 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. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in BIM 360. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the"Final' project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from the 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: Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 15 of 22 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. • Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file 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_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W 0053_org3.pdf and K-0320_org5.pdf Il. 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 Record Drawing folder in BIM 360. 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. 6.3 Public Meeting • After the plans have been reviewed and approved by the CITY, the ENGINEER shall prepare 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 coordinate Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 16 of 22 with CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. ASSUMPTIONS • One (1) public meeting will be conducted • Up to eight(8) site visits are assumed. • Up to ten (10) submittal reviews are assumed. • Up to ten (10) RFI's are assumed. • Up to five (5) Change Orders are assumed. • This task includes approximately 50 hours of a project engineer and 100 hours of an Engineer in Training. Additional effort generated/requested will be considered Additional Services. 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 TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and easements 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 and easement 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.-For this Scope, an allowance of $10,000 will be included. If right of way and/or easements are not performed, the $10,000 allocation will not be used. 7.3 Temporary Right of Entry Preparation and Submittal-Included in Task 8.2 • Prior to construction, the ENGINEER shall prepare, mail and obtain Temporary Right of Entries from landowners. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 17 of 22 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 BIM 360 site. ASSUMPTIONS • Right-of-Way research 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. Temporary Right of Entry Letters TASK 8. SURVEY SERVICES. ENGINEER will provide survey support as follows. 8.1 Design Survey • ENGINEER, through a subconsultant, 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. The scope of the survey will include a survey of Shoreview Drive (300' from both sides of the culvert crossing). Also, 50-foot cross sections extending approximately 40' north and 40' foot south of the centerline of Shoreview Drive plus all grade breaks will be obtained. In the area of the culvert, the survey will extend 200 feet upstream and 100 feet downstream of the existing culvert. t Information gathered during the survey shall include topographic data, utilities as required by the SUE, 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. • 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 centerlineAorU�,%w�BiteRt I4govLrPA City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 18 of 22 curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). 8.2. Temporary Right of Entry Preparation and Submittal, if needed • Prior to entering property for field survey, the ENGINEER shall prepare, mail and obtain Temporary Right of Entry from landowners. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site. 8.3. Construction Survey-TO BE PROVIDED BY THE CONTRACTOR; NOT PART OF THIS SCOPE ASSUMPTIONS • Budget has been included to obtain up to two (2)temporary construction. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows. 9.1. Storm Water Pollution Prevention Plan • 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 with will be incorporated into the SWPPP by the contractor. 9.2. Environmental Services • ENGINEER will perform one site visit • ENGINEER will prepare a technical memorandum explaining why the project does not require a permit from the USACE. It is assumed this project will be completed under a non-notification permit. • If a permit is required to be obtained for this project, it will be considered additional services 9.3. Floodplain Services • Negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits • Completing all forms/applications necessary to obtain a floodplain permit • Submitting forms/applications for CITY review Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 19 of 22 • Submitting revised forms for agency review • Responding to agency comments and requests. • The ENGINEER will prepare a drainage study as described in Task 2. The drainage study will be prepared based upon the CITY's drainage criteria and ultimate conditions. A LOMR (subtask below) will be prepared in accordance with FEMA requirements after the project is completed. • The ENGINEER will prepare a hydraulic study/model of the creek. It is assumed that the effective hydrology will be used as the design peak discharge. The ENGINEER will prepare a FEMA Letter of Map Revision (LOMR), including associated exhibits, FEMA paperwork, electronic mapping files, HEC-RAS files. The ENGINEER will submit the LOMR to the CITY for review and comment. After CITY approval, the LOMR will be submitted to FEMA. The ENGINEER will address up to two rounds of comments from FEMA. No additional survey will be performed to prepare the revised existing conditions hydraulic model. • The Scope includes the FEMA LOMR fee of$8,300. FEMA fees adjust regularly. A fee in excess of this amount will be considered Additional Services. • The Scope includes preparing the "As-Built" survey for the improvements. The "As-Built" survey will include all the newly constructed improvements and proposed grading for the project. 9.4. Texas Department of Transportation (TxDOT) Permit-THIS TASK IS NOT NEEDED 9.5. Railroad Permit-THIS TASK IS NOT NEEDED 9.6. Texas Department of Licensing and Regulation (TDLR) -THIS TASK IS NOT NEEDED 9.7. Historical Coordination Efforts • Prepare and attend up to two (2) meetings with the Fort Worth historical preservation officer to discuss historical implications of the design and how to incorporate the elements into the design • Incorporate the existing wall elements into the new design which may include coordinated efforts with the structural design aspects. • This subtask includes approximately thirty (30) hours of coordination time with various departments (storm water and historical preservation department) ASSUMPTIONS • Permit preparation will begin after approval of the Conceptual Design where applicable. • Up to two (2) meetings are assumed with Development Services (Floodplain) for the LOMR and floodplain permit. • Coordination efforts with the historical department DELIVERABLES Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 20 of 22 A. Up to two (2) copies for the Letter of Map Revision (LOMR) submittal B. Up to two (2) copies of the USACE memorandum TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Traffic Storm Storm Lights /Sewer Traffic Control Control Control ° ° ° Attachment"A" Signal Water Water (Submit (Submit Engineering 30% 60/0 90/o Type (Submit All (Submit All 30% 60% All @ All @ @ 30%) 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 E Water/Sewer X X X X *If included in street project TASK 11. STRUCTURAL EVALUATION 11.1. On-Site Review of Existing Box Culverts • Visit the site of the storage box culverts • Take field notes and pictures of the box culverts • A TxDOT certified bridge inspector will visit the site and perform an industry standard inspection similar to inspections performed on TxDOT bridge and bridge class structures. Based upon visual observation only, the ENGINEER will note any cracks or visual defects. The ENGINEER cannot guarantee the structurally integrity of the existing box culverts or design/service life. 11.2. On-Site Review Memorandum • ENGINEER will prepare a letter or memorandum summarizing the site visit, visual observations, and field notes. The memorandum will provide feedback on the risks and benefits of utilizing the existing structures. The decision on whether to use the box culverts will be the decision of the CITY. • No destructive testing, or other structural testing will be performed • ENGINEER may rely upon feedback from a box manufacturer to describe typical service life of the box culverts ASSUMPTIONS • CITY will decide and direct the ENGINEER to include the box culverts in the design Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 21 of 22 DELIVERABLES • Up to two (2) copies of the On-Site Review Memorandum/Letter 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. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. Shoreview Culvert Improvements City of Fort Worth,Texas CPN 101820 Attachment A PMO Release Date:07/23/2012 Page 22 of 22 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Professional Services for Shoreview Drive Drainage Improvements City Project No. 101820 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for Task 1-5, 8-11 on a lump sum fee below. Individual task amounts are informational only. The ENGINEER may reallocate budgets as needed. All permitting, application, and similar project fees will be paid directly by the Client, unless otherwise specified in the Scope. Task 1 Design Management $ 35,086.00 Task 2 Concept Design (30%) $ 35,200.00 Task 3 Preliminary Design (60%) $ 76,880.00 Task 4 Final Design and Final Construction Documents $41,275.00 Task 5 Bid Phase Services $ 10,390.00 Task 8 Survey $ 16,685.00 Task 9 Permitting $ 36,280.00 Task 10 Plan Submittal Checklist $ 985.00 Task 11 Structural Evaluation $ 5,339.00 Total: $258,120.00 Lump sum fees will be invoiced monthly based upon the overall percentage of services performed. B. The ENGINEER shall be compensated for Task 6 Construction Phase Services and Task 7 Right of Way and Easement Services on an hourly amount not-to- exceed $43,770.00 for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. EXHIBIT "BA" ENGINEER INVOICE (Supplement to Attachment B) Labor Category Rate $/hour Project Director $250 Project Manager $205 Project Engineer $160 EIT $130 CADD $95 Administrative $90 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent(10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. C. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Kimley-Horn and Professional Engineering $250,834 82.84% Associates, Inc. Services Proposed MBE/SBE Sub-Consultants Gorrondona & Topographic Survey $33,135 10.79% Associates, Inc. Rios Group SUE Services $10,000 3.26% CMJ Engineering, Inc. Geotechnical $7,921 2.58% TOTAL $301,890 t 100.0% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE �o 101820—Shoreview Drive Drainage $301,890 $51,056 16.91% Improvements City MBE/SBE Goal = 14% Consultant Committed Goal =14% Task Description Total Expense Task No. )reduction Cost Task Sub Total Rat( 1.0 113esign Management - $ - $ 29,980.00 Kick-off Meeting $ - $ 930.00 Pro ress Meetings 6) $ - $ 4,020.00 Submittal Review Meetings(3) $ - $ 2,010.00 jBiweekly Design Meetings internal $ - $ 4,020.00 MWBE Reporting and Monthly Invoicing w/Progress Report $ - $ 2,310.00 Create and Update Schedule(12) $ - $ 1,600.00 Plan Submittal Checklist $ - $ 595.00 Pro ect Decision Log $ - $ 595.00 Meetin s with Other City De is(3) $ - $ 4,020.00 Correspondence/Documentation $ - $ 4,100.00 Monthly Risk Register $ - $ 780.00 QA/QC $ - $ 5,000.00 2.0 jConcept Design(30 Percent) 1,000.00 $ 1,285.00 $ 35,200.00 Data Collection $ - $ - Site Visit-2 site visits $ 185.00 $ 1,525.00 Record Drawings $ 1,040.00 Drainage Computations $ - $ 410.00 Drainage Study for plans $ - $ 12,720.00 SUE $ - $ 520.00 Concept Design Package $ - $ - Cover Sheet $ - $ 260.00 ROW Strip Map $ - $ 725.00 SUE Plan Drawings $ - $ - Plan and Profile of the Proposed Culvert-2 alternatives $ - $ 3,420.00 Plan view layout of the utilities $ - $ 1,710.00 iSWM Construction Plan(Erosion Control) $ - $ 465.00 Paving sheets $ - $ 2,490.00 Public Meeting $ - $ 5,210.00 Internal QC address comments $ - $ 1,300.00 Submit Concept to CITY $ - $ 260.00 Address one round of comment from CITY $ - $ 1,450.00 Submit Final Concept 1,000.00 $ 1,100.00 $ 1,695.00 City of Fort Worth,Texas Shoreview Culvert Improvements Attachment B-Level of Effort Supplement CPN 101820 PMO Official Release Date:8.09.2012 1 of 4 Task Description Total Expense Task No, woduction Cost Task Sub Total Rate 3.0 Preliminary Design(60 Percent) 1,000.00 $ 19,120.00 $ 76,880.00 JPreliminary Design Drawings $ - $ - Cover Sheet $ - $ 260.00 Index and General Notes $ - $ 465.00 Project Control Plan $ - $ 520.00 ROW Strip Map/Project easement layout $ - $ 260.00 SUE Plan Drawings $ 10,000.00 $ 10,260.00 Plan and Profile of the Culvert $ - $ 3,420.00 Grading Sheets $ - $ 5,020.00 Plan and Profile of the Roadway, if needed $ - $ 2,600.00 Plan and Profile of the Utilities, if needed $ - $ 3,420.00 Traffic Control Plan where needed $ - $ 2,680.00 iSWM Construction Plan (Erosion Control) $ - $ 260.00 Removal Plan Sheets $ - $ 985.00 Overall Drainage Area Map $ - $ 1,450.00 StormwaterCalcs $ - $ 1,450.00 Maint. Ramp Plan and Profile $ - $ 3,420.00 Headwall/Side slopes Design $ - $ 8,925.00 Details $ - $ 1,040.00 Incorporate Historical $ - $ 4,015.00 Constructability Review $ 99.00 $ 1,104.00 Project Site Visits(1) $ 100.00 $ 1,440.00 Address Internal QC $ - $ 3,120.00 Utility Clearance(Upload Plans) $ - $ 260.00 Construction Item Listing and Quantities $ - $ 1,450.00 60%OPCC $ - $ 930.00 Geotechnical $ 7,921.00 $ 8,051.00 Public Meeting $ - $ 5,210.00 60%Project Submittal 1,000.00 $ 1,000.00 $ 1,855.00 Address Comments from the City $ - $ 3,010.00 Final Design(90 percent)and Final Construction 4.0 Documents 3,600.00 $ 3,500.00 $ 41,275.00 Finalize Plan and Profile Sheets $ - $ 11,450.00 Project Manual and Specification $ - $ 5,550.00 Submit Plans to the City and Address up to one round comment $ - $ 3,420.00 Final Production 3,500.00 $ 3,500.00 $ 9,840.00 Final Specifications $ - $ 4,320.00 Public Meting FlnalOPCC $ - $ 1,485.00 City of Fort Worth,Texas Shoreview Culvert Improvements Attachment B-Level of Effort Supplement CPN 101820 PMO Official Release Date:8.09.2012 2of4 Task No. Task Description Total Expense Task Sub Total )roduction Cost ate 5.0 Bid Phase Services 3,500.00 $ 3,600.00 $ 10,390.00 Answeringquestions $ - $ 2,065.00 PreBid Meeting $ - $ 670.00 Bid Opening Meeting $ - $ 670.00 Issue up to two Addendum $ - $ 1,960.00 Bid Summary 500.00 $ 500.00 $ 885.00 Issue conformance documents 3,000.00 $ 3,000.00 $ 4,140.00 6.0 Construction Phase Services 3,000.00 $ 3,000.00 $ 33,770.00 Record Drawings $ - $ 7,195.00 Site Visits(up to eight) $ - $ 6,700.00 Public Meeting $ - $ 5,210.00 RFI(up to four) $ - $ 3,670.00 Shop Drawing Review(up to ten) $ - $ 3,425.00 Change Orders(3) $ - $ 2,325.00 Walk Through $ - $ 2,245.00 Construction Reproduction 3,000.00 $ 3,000.00 $ 3,000.00 7.0 Right of Way and Easement Services - $ 10,000.00 $ 10,000.00 Allowance $ 10,000.00 $ 10,000.00 8.0 Survey - $ 16,035.00 $ 16,685.00 Survey clean up and coordination $ 16,035.00 $ 16,555.00 Right of Entry Letter $ - $ 130.00 City of Fort Worth,Texas Shoreview Culvert Improvements Attachment B-Level of Effort Supplement CPN 101820 PMO Official Release Date:8.09.2012 3 of 4 Task No. Task Description Total Expense Task Sub Total )roduction Cost Rate 9.0 Permitting 8,300.00 $ 15,400.00 $ 36,280.00 iSWM $ - $ 1,380.00 Environmental-memo $ - $ 4,775.00 Floodplain Survey $ 7,100.00 $ 7,750.00 Floodplain-FEMA FEE included,address one round comments 8,300.00 $ 8,300.00 $ 22,375.00 Coordination with Historical $ - $ 5,675.00 $ - $ 985.00 10.0 Plan Submittal Checklists $ - $ 985.00 11.0 Structural Evaluation 524.00 $ 624.00 $ 5,339.00 Site Visit $ - $ 1,005.00 Memorandum 524.00 $ 624.00 $ 4,334.00 Totals 20,824.00 $ 72,464.00 $ 296,784.00 Project Summary Total Hours 1,526 Total Labor $224,320 Total Expense $72,464 MBE/SBE Subconsultant $51,056 Non-MBE/SBE Subconsultant $0 10% Sub Markup $5,106 MBE/SBE Participation 16.91% Total Project Cost $301,890 City of Fort Worth,Texas Shoreview Culvert Improvements Attachment B-Level of Effort Supplement CPN 101820 PMO Official Release Date:8.09.2012 4 of 4 ti# � { 4F rt =4 5 F PROPOSED PROJECT LOCATION 4 Id M&C Review Page 1 of 1 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA ��H DATE: 8/6/2019 REFERENCE **M&C 19- LOG NAME: 20SHOREVIEW DRIVE NO.: 0024 CULVERT IMPROVEMENTS CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Engineering Agreement with Kimley-Horn and Associates, Inc. in the Amount of$301,890.00 for the Design of the Shoreview Drive Culvert Improvements(COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize execution of an Engineering Agreement with Kimley-Horn and Associates, Inc. in the amount of$301,890.00 for the Design of the Shoreview Drive Culvert Improvements. DISCUSSION: The Engineering Agreement will provide design and engineering services for the Shoreview Drive Culvert Improvements.The project is needed to mitigate a hazard to motorists created by Meandering Road Creek overtopping Shoreview Drive during major storm events. The services provided will include analysis and design of culverts and retaining walls, preparation of engineering plans and contract documents and bidding and construction phase services. Kimley Horn and Associates, Inc.,was selected to design this project based on a request for qualifications process. Kimley-Horn and Associates, Inc., proposes to perform the engineering services for a lump sum fee of$301,890.00. Staff considers the fee to be fair and reasonable for the scope of services proposed. Kimley-Horn and Associates, Inc. is in compliance with the City's BDE Ordinance by committing to 17\% SBE participation on this project. The City's SBE goal on this project is 141%. This project is located in COUNCIL DISTRICT 7, Mapsco 59Q. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the Storm Water Capital Projects Fund. TO Fund partment Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund I Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by: Susan Alanis(8180) Originating Department Head: Steve Cooke (5134) Additional Information Contact: Michael Wellbaum (7343) ATTACHMENTS workmap.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=27167&councildate=8/6/2019 9/3/2019