HomeMy WebLinkAboutContract 41857 (2)CITY SECRET'
CONTRACT E\ O
CIITY OF FORT RT WORTH, TEXAS
•
STAN AR ® AGREEMENT FOR ENGINEERING RELATED DESIGN SERVIC <<ES
This AGRI-.1,M1=NT is between the City of Fort Worth, a home -rule municipal
corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas (the "CITY"), and
M.J. Thomas Engineering, LLC, (the "ENGINEER"), for a PROJECT generally described as:
Water and Sanitary Sewer Replacement Contract 2009, STM-M.
M-M.
Article
Scope of Services
A. The Scope of Services is set forth in Attachment A.
Article II
om p nation
A. The ENGINEER's compensation is set forth in Attachment B.
Article III
Terms of Payment
Payments to the ENGINEER will be made as follows:
A. Invoice and Payment
(1) The engineer shall provide the City sufficient documentation, including but not
limited to meeting the requirements set forth in Attachment D to this
AGREEMENT, to reasonably substantiate the invoices.
(2) The ENGINEER will issue monthly invoices for all work performed under this
AGREEMENT. Invoices are due and payable within 30 days of receipt.
(3) Upon completion of services enumerated in Article I, the final payment of any
balance will be due within 30 days of receipt of the final invoice.
(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
g
good faith within 60 days of the amount due, the ENGINEER may, after giving
Y g g
7 days' written noticerto-CITY,- nd- rvices under this AGREEMENT until
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Servi
PMO Official Release Date: 5.19.2010
Page -1 of 15
FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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.
(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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5.19.2010
Page 2 of 15
D. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in ink
on reproducible mylar sheets and electronic files in .pdf format, or as otherwise
approved by CITY, which shall become the property of the CITY. CITY may
use such drawings in any manner it desires; provided, however, that the
ENGINEER shall not be liable for the use of such drawings for any project other
than the PROJECT described herein.
E. Engineer's Personnel at Construction Site
(1)
The presence or duties of the ENGINEER's personnel at a construction site,
whether as on -site representatives or otherwise, do not make the ENGINEER
or its personnel in any way responsible for those duties that belong to the CITY
and/or the CITY's construction contractors or other entities, and do not relieve
the construction contractors or any other entity of their obligations, duties, and
responsibilities, including, but not limited to all construction methods, means,
techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract
Documents and any health or safety precautions required by such construction
work The ENGINEER and its personnel have no authority to exercise any
control over any construction contractor or other entity or their employees in
connection with their work or any health or safety precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the progress
or quality of the completed work on the PROJECT or to determine, in general, if
the work on the PROJECT is being performed in a manner indicating that the
PROJECT, when completed, will be in accordance with the Contract
Documents, nor shall anything in the Contract Documents or the agreement
between CITY and ENGINEER be construed as requiring ENGINEER to make
exhaustive or continuous on -site inspections to 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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5.19.2010
Page 3of15
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation or
maintenance costs; competitive bidding procedures and market
conditions time or quality of performance by third parties; quality, type,
management or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore, the ENGINEER makes no warranty that the
CITY's actual PROJECT costs, financial aspects, economic feasibility, or
schedules will not vary from the ENGINEER's opinions, analyses
projections, or estimates.
G. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the Contract
Documents; that the final work will be acceptable in all respects that the
ENGINEER has made an examination to ascertain how or for what purpose the
construction contractor has used the moneys paid; that title to any of the work,
materials, or equipment has passed to the CITY free and clear of liens, claims,
security interests, or encumbrances; or that there are not other matters at issue
between the CITY and the construction contractor that 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 and Woman Business Enterprise (M/WBE) Participation
In accord with City of Fort Worth Ordinance No. 15530, as amended, the City
has goals for the participation of minority business enterprises and woman
business enterprises in City contracts Engineer acknowledges the M/WBE
goal established for this contract and its accepted written commitment to
M/WBE participation. Any misrepresentation of facts (other than a negligent
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5.19,2010
Page 4 of 15
misrepresentation) and/or the commission of fraud by the Engineer may result
in the termination of this Agreement and debarment from participating in City
contracts for a period of time of not less than three (3) years
J. Right to Audit
(1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after
final payment under this contract, have access to and the right to examine and
photocopy any directly pertinent books, documents papers and records of the
ENGINEER involving transactions relating to this contract ENGINEER agrees
that the CITY shall have access during normal working hours to all necessary
ENGINEER facilities and shall be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this
section. The CITY shall give ENGINEER reasonable advance notice of
intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the CITY
shall, until the expiration of five (5) years after final payment under the
subcontract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of such subconsultant,
involving transactions to the subcontract, and further, that the CITY shall have
access during normal working hours to all subconsultant facilities, and shall be
provided adequate and appropriate work space, in 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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5.19,2010
Page 5 of 15
insurance or self-insurance programs afforded to the CITY. The
Commercial General Liability insurance policy shall have no
exclusions by endorsements that would alter or nullify:
premises/operations, products/completed operations, contractual,
personal injury, or advertizing injury, which are normally contained
within the policy, unless the CITY approves such exclusions in
writing.
ii ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by the commercial general
liability or commercial umbrella liability insurance maintained in
accordance with this agreement
b Business Auto — the ENGINEER shall maintain business auto liability and, if
necessary commercial umbrella liability insurance with a limit of not less
than $1,000,000 each accident. Such insurance shall cover liability arising
out of "any auto', including owned, hired and non -owned autos, when said
vehicle is used in the course of the PROJECT If the engineer owns no
vehicles, coverage for hired or non -owned is acceptable.
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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5.19.2010
Page 6 of 15
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be delivered to the CITY prior to ENGINEER
proceeding with the PROJECT.
b. Applicable policies shall be endorsed to name the CITY an Additional
Insured thereon, as its interests may appear The term CITY shall include
its employees, officers, officials, agents, and volunteers as respects the
contracted services.
c. Certificate(s) of insurance shall document that insurance coverage specified
in this agreement are provided under applicable policies documented
thereon.
d. Any failure on part of the CITY to request required insurance 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 Such terms shall be
endorsed onto ENGINEER's insurance policies. Notice shall be sent to the
respective Department Director (by name), City of Fort Worth, 1000
Throckmorton, Fort Worth, Texas 76102
f. Insurers for all policies must be authorized to do business in the State of
Texas and have a minimum rating of A:V or greater, in the current A M.
Best Key Rating Guide or have reasonably equivalent financial strength and
solvency to the satisfaction of Risk Management.
g. Any deductible or self insured retention in excess of $25,000 00 that would
change or alter the requirements herein is subject to approval by the CITY
in writing if coverage is not provided on a first -dollar basis. The CITY, at it
sole discretion, may consent to alternative coverage maintained through
insurance pools or risk retention groups. Dedicated financial resources or
letters of credit may also -be acceptable to the CITY.
h. Applicable policies shall each be endorsed with a waiver of subrogation in
favor of the CITY as respects the PROJECT.
i. The CITY shall be entitled, upon its request and without incurring expense,
to review the ENGINEER'S insurance policies including endorsements
thereto and, at the CITY's discretion; the ENGINEER may be required to
provide proof of insurance premium payments.
j.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5,19.2010
Page 7 of 15
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.
The CITY shall not be responsible for the direct payment of any insurance
premiums required by this agreement.
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 authonties 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
City of Fort Worth, Texas
Standard Agreement for Engineenng Related Design Services
PMO Official Release Date: 5.19.2010
Page 8 of 15
its own cost and expense. However, if design changes are required due to the
changes in the permitting authorities' published design criteria and/or practice
standards criteria which are published after the date of this Agreement which
the ENGINEER could not have been reasonably aware of, the ENGINEER
shall notify the CITY of such changes and an adjustment in compensation will
be made through an amendment to this AGREEMENT.
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.
Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain,
arrange, and pay for all advertisements for bids; permits and licenses required
by local, state, or federal authorities* and land, easements, rights -of -way, and
access necessary for the ENGINEER's services or PROJECT construction.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5,19,2010
Page 9 of 15
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 wntten notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior role
in the generation, treatment, storage, or disposition of such materials. In
consideration of the associated risks that may give rise to claims by third
parties or employees of City City hereby releases ENGINEER from any
damage or liability related to the presence of such materials.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos is a
result of ENGINEER's negligence or if ENGINEER brings such hazardous
substance, contaminant or asbestos onto the project.
G. Contractor Indemnification and Claims
The CITY agrees to include in all construction contracts the provisions of Article
IV.E. regarding the ENGINEER's Personnel at Construction Site and
provisions providing contractor indemnification of the CITY and the ENGINEER
for contractor's negligence.
H. Contractor Claims and Third -Party Beneficiaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain no
direct action against the ENGINEER, its officers, employees,
and subcontractors for any claim arising out of, in connection
with, or resulting from the engineering services performed
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5.19.2010
Page 10 of 15
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 bnng, defend or assist in
litigation undertaken or defended by the CITY. In the event CITY requests such
services of the ENGINEER, this AGREEMENT shall be amended or a separate
agreement will be negotiated between the parties.
K. Changes
The CITY may make or approve changes within the general Scope of Services
in this AGREEMENT. If such changes affect the ENGINEER's cost of or time
required for performance of the services, an equitable adjustment will be made
through an amendment to this AGREEMENT with appropriate CITY approval.
Article VI
General Legal Provisions
Amendments to Article VI, if any, are included in Attachment C.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5.19.2010
Page 11 of 15
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;
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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5.19,2010
Page 12 of 15
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,
stnct or statutory liability, or any other cause of action, except for willful
misconduct or gross negligence for limitations of liability and sole negligence
for indemnification. Parties mean the CITY and the ENGINEER, and their
officers, employees, agents, and subcontractors
I. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT, its
interpretation and performance, and any other claims related to it The venue
for any litigation related to this AGREEMENT shall be Tarrant County, Texas.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5,19.2010
Page 13 of 15
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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5,19.2010
Page 14 of 15
Attachments, Schedules, and Signatures
Ariticir V011
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGRELMEN T , 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 e Scope of Services
Attachment B — Compensation
Attachment C a Amendments to Standard Agreement for Engineering Services
Attachment D e Project Schedule
Attachment E - Location Map
Executed this the day of
ATTEST:
f�
Marty Hendrix
City Secretary
PP
Assistan
ATTEST:
to,
ecet`
�kert A_ 0°
/fr.> 0
o
noo
Nth
4
AS 1r F
-� -
City Attorney
o aoo , , �%
oo yrs gc)
4(1,40
laic"
o saw
LEGALITY
, 2011.
By:
Contract Author 1 zation
Date
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5.19.2010
Page 15 of 15
CITY OF FORT WORTH
Fernando Costa
Assistant City Manager
AP1P "VAL R. C • MMEN U • D
S Frank Crumb, P.E.
Director, Water Department
M.J. THOMAS ENGINEERING, LLC
Michael A.homas, P.E.
Principal
By:
OFFICIAL RECORD
CITY SECRETAPY
FT. WORTh, TM
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPIACCEMENT CONTRACT 2009, STM•M
CITY PROJECT NO.: 01477
ATTACHMENT A
Scope for Engineering Design Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM-M
CITY PROJECT NO.: 01477
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.
IWater I
Sanitary Sewer
Water
and
Existing
Proposed
Lateral
Existing
Proposed
Street Council
Sewer Size Replacement
Length
or Size
Replacement
Length
District
Map
(in.)
Size
(in.)
(ft.)
Main
(in.)
Size
(in.)
(ft.)
No
Covert
2036-
Ave.
3
364
8
8
2,000
2042-
ii
3
364
8
8
2,000
Lubbock
Ave.
3
6
8
900
2018-
Sappington
3
384
6
8
865
L-4387
6
8
500
"
3
6
8
865
1-4388
6
8
182
Waverly
2018-
Way
3
384
8
8
2,550
L-4028
6, 8
8
150
2018-
"
3
380
L-4029
6
8
341
2024-
ii
3
384
1-4031
6
8
291
2024-
"
3
384
L-4147
6
8
600
2018-
Hilidale
3
384
L-4024
8
8
556
2018-
ti
3
384
L-4025
6
8
223
WORK TO BE PERFORMED
Task 1.
Task 2.
Task 3.
Task 4.
Task 5.
Design Management
Conceptual Design
Preliminary Design
Final Design
Bid Phase Services
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 1 of 15
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM•M
CITY PROJECT NO.: 01477
Task 6. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey and Subsurface Utility Engineering Services
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
ENGINEER shall manage change,
• communicate effectively,
• coordinate internally and externally as needed, and
• proactively address issues with the CITY's Project Manager and others as
necessary to make progress on the work.
1.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting
• Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings 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: 08.27.2010
Page 2 of 15
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM•M
CITY PROJECT NO.: 01477
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
• 15 MWBE reports will be prepared
• 4 meetings with city staff
• 15 monthly water department progress reports will be prepared
• 15 monthly project schedule updates will be prepared
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
E Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly M/WBE Report Form and Final Summary Payment Report Form
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to
• Study the project,
• Identify and develop alternatives that enhance the system,
• Present (through the defined deliverables) these alternatives to the CITY
• Recommend the alternatives that successfully addresses the design problem, and
• Obtain the CITY's endorsement of this concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection
•
In addition to data obtained from the CITY, ENGINEER will research proposed
improvements in conjunction with any other planned future improvements that
may influence the project
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 3 of 15
•
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM•M
CITY PROJECT NO.: 01477
• The ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including but not limited to; utilities, agencies (TxDOT
and railroads), City Master Plans, and property ownership as available from the
Tax Assessor's office.
• The data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses as necessary to develop
sewer re-routing plans.
• The ENGINEER shall visit the project site and obtain the meter numbers and sizes
on all existing meters to be replaced on the project and shall identify existing
sample stations and fire line locations.
2.2. Geotechnical Investigations
• ENGINEER shall advise the CITY of test borings and other subsurface
investigations that may be needed for the project. If the CITY determines that
such borings or investigations are needed, then the ENGINEER shall work with
the CITY and CITY's geotechnical consultant to draw up specifications for such
testing program The cost of such testing will be paid for by the CITY.
2.3. The Conceptual Design Package shall include the following:
• Cover Sheet
• Graphic exhibits and written summary of alternative design concepts considered,
strengths and weaknesses of each, and the rationale for selecting the
recommended design concept.
• Proposed phasing of any water and sanitary sewer work that is included in this
project documented in both the project schedule and narrative form.
• Documentation of key design decisions.
• Estimates of probable construction cost.
ASSUMPTIONS
• 0 Geotechnical borings are expected for this project.
• 3 copies of the conceptual design package (30% design) will be delivered.
Drawings will be half (11" x 17") size.
DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw
• ENGINEER shall prepare the meeting minutes of the Concept Review meeting
and revise the report, if needed.
• ENGINEER shall not proceed with Preliminary Design activities without obtaining
written approval by the CITY of the Conceptual Design Package.
DELIVERABLES
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 4 of 15
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM-M
CITY PROJECT NO.: 01477
A. Conceptual Design Package
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1. Development of Preliminary Design Drawings and Specifications shall include the
following:
• Cover Sheet
• A Project Control Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail, 5/8" Iron Rod); X Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base Z coordinate on City Datum only; descriptive location
(i.e set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
•
Overall proiect easement layout sheet(s) with property owner information.
• Overall project water and/or sanitary sewer layout sheets. The water layout sheet
shall identify the proposed water main improvement/ existing water mains in the
vicinity and all water appurtenances along with pressure plane boundaries, water
tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall
identify the proposed sewer main improvement/existing sewer mains and all
sewer appurtenances in the vicinity.
• Overall water and/or sanitary sewer abandonment sheet.
• Coordinates on all P.C. s, P.T.'s, P.I. s, manholes, valves, mainline fittings, etc.,
in the same coordinate system as the Control Points.
• Bench marks per 1,000 ft of plan/profile sheet — two or more.
• Bearings given on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
• Plan and profile sheets which show the following: proposed water and/or sanitary
sewer plan/profile and recommended pipe size, fire hydrants, water service lines
and meter boxes, gate valves, isolation valves, manholes existing meter
n umbers and sizes that are to be replaced, existing sample locations, existing fire
line locations, existing utilities and utility easements and all pertinent information
n eeded to construct the project. Legal description (Lot Nos. Block Nos., and
Addition Names) along with property ownership shall be provided on the plan
✓ iew
•
The ENGINEER shall make provisions for reconnecting all identifiable water and/or
wastewater service lines which connect directly to any main being replaced,
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 5 of 15
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM•M
CITY PROJECT NO.: 01477
including replacement of existing service lines within City right-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
lateral is changed provisions will be made in the final plans and/or specifications
by the ENGINEER to relocate all service lines which are connected to the existing
main and connect said service lines to the relocated main.
• The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and submitted for construction. During
design survey if a rod can be inserted through the cleanout to the bottom of the
service line, the ENGINEER will obtain the flow line elevation and design the
service line prior to advertising the project for bid. If the service flow line
information cannot be obtained during design survey, the ENGINEER shall delay
the design of the sewer service line until after a Quality Level A Subsurface Utility
Engineering (SUE investigation has been performed) The Level A SUE will be
performed; (1) by the ENGINEER if included in the fee proposal; or (2) by the CITY
prior to bidding if the CITY determines that it is needed for satisfactory completion
of the design; or (3) by the Contractor after the project has been bid, by means of a
bid item to that effect. In all options, the ENGINEER shall propose appropriate de -
hole locations in the project and collect flow line elevation and other applicable
information of the sewer service line. The ENGINEER shall use this information to
provide the design for the sanitary sewer service line to be rerouted or relocated.
• Provide map showing location of new manhole construction at the end of existing
sewer segments, 90 degree bends, or tee connections. Site survey or specific
design plans for manhole construction is not included as part of the scope. The
contract documents shall specify that it is the Contractor's responsibility to
coordinate utility location, etc. manhole construction.
• The ENGINEER will prepare standard and special detail sheets for water line
installation and sewer rehabilitation or replacement that are not already included in
the D-section of the CITY's specifications. These may included 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
•
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.
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 of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 6 of 15
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM-M
CITY PROJECT NO.: 01477
CITY's comments from the field visit and submit this information to the CITY in
writing.
3.4. Utility Clearance
•
The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of above and underground utilities, and other facilities
(current and future) that have an impact or influence on the project. ENGINEER
will design CITY facilities to avoid or minimize conflicts with existing utilities, and
where known and possible consider potential future utilities in designs.
• The ENGINEER shall upload individual DWF files for each plan sheet of the
approved preliminary plan set to the designated project folder in Buzzsaw for
forwarding to all utility companies which have facilities within the limits of the
project. The DWF files should be created directly from the CAD files as opposed
to PDF files.
3.5. Traffic Control Plan
• Develop a traffic control plan utilizing standard traffic reroute configurations
posted as 'Typicals" on the CITY s Buzzsaw website. The typicals need not be
sealed individually, if included in the sealed contract documents.
• 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. Storm Water Pollution Prevention Plan
• For projects that disturb an area greater than one (1) acre, ENGINEER will
prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the
Project for use by the Contractor during construction. ENGINEER will prepare
drawings and details for proposed SWPPP improvement that the Contractor must
use during construction. Contractor will be responsible for filing the SWPPP with
appropriate regulatory agencies.
ASSUMPTIONS
• Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an
additional 0-4 project specific traffic control sheets will be developed.
• 2 sets of half (11' x 17") size drawings and 3 sets of full (22" x
34") size plans will be delivered for the Preliminary Design (60% design).
• 2 sets of specifications will be delivered for the Preliminary Design (60%
design).
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 7 of 15
ATTACHMENT A
DESIGN FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT SERVICES
2009,
1STM-M
CITY PROJECT NO.: 01477
• The CITY's front end and technical specifications will be used. The ENGINEER
shall supplement the technical specifications if needed.
• PDF files created from design CAD drawings will be uploaded to the designated
Utility Clearance folder for Utility Clearance.
• ENGINEER shall not proceed with Final Design activities without written a
by the CITY of the Preliminary Design plans. pproval
DELIVERABLES
A. Preliminary Design drawings and specifications
B. Utility Clearance drawings
C. Traffic Control Plan
D. Storm Water Pollution Prevention 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:
• 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
• 5 sets of _half (11 "X17") size drawings and 5 sets of full (22"X34') size
drawings and 5 spec fications will be delivered for the 90% Design package.
• A DWF file for the 90% Design will be created from design CAD drawings and will be
uploaded to the project folder in Buzzsaw.
• 5 sets of half (11"X17") size drawings and 5 sets of _far size
drawings and 5 specifications will be delivered for the 100% Design package.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 8 of 15
•
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM•M
CITY PROJECT NO.: 01477
• A DWF file for the 100% Design will be created from design CAD drawings and will be
uploaded to the project folder in Buzzsaw.
[Engineer to provide estimated final sheet list (cover/index, general notes, control point
location, easement layout, SUE plan sheets, no. of plan/profiles, special detail sheets,
etc)]
• Engineer to provide sheet by sheet opinion of probable construction cost.
DELIVERABLES
A. 90% construction plans and specifications.
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 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 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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 9 of 15
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STMM
CITY PROJECT NO.: 01477
proposed responses to all bidders questions and requests, in the form of
addenda The ENGINEER shall upload all approved addenda onto Buzzsaw and
mad 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 is to be uploaded into the project's Bid Responses folder on Buzzsaw.
• Incorporate all addenda into the contract documents and issue conformed sets.
5.2 Mylar Drawings
• The ENGINEER shall submit a set of sealed conformed mylar drawings for
record storage
Record Drawings shall also be submitted in both Adobe Acrobat PDF format
(version 6.0 or higher) format and DWF format on a CD or DVD 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:
•
1. 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 "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_orgl8.pdf
Both PDF and DWF files shall be uploaded to the project's Record Drawing folder
in Buzzsaw.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 10 of 15
•
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM-M
CITY PROJECT NO.: 01477
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
• 15 sets of construction documents and plans will be sold to and made
available on Buzzsaw for plan holders and/or given to plan viewing rooms.
• 2 sets of half (11 "X17") size and 1 sets of full (22"X34") size
drawings plans and 3 specifications (conformed, if applicable) will be
delivered to the CITY after the bid opening
• PDF and DWF drawing files will be uploaded to Buzzsaw project folder.
• 1 copy full size (22" x 34") mylar plans (conformed, if applicable) will be delivered
to the CITY.
•
Engineer to provide sheet by sheet opinion of probable construction cost.
DELIVERABLES
A. Addenda
B. Bid tabulations
C. Recommendation of award
D. Construction documents (conformed, if applicable)
E. Conformed mylar plans
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.
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. (if applicable)
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 11 of 15
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM•M
CITY PROJECT NO.: 01477
• The ENGINEER shall attend the "Final" project walk through and assist with
preparation of final punch list. (if applicable)
ASSUMPTIONS
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 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.
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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 12 of 15
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM-M
CITY PROJECT NO.: 01477
ASSUMPTIONS
• 0 Easements or right-of-way documents will be necessary.
• 0 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.
• 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 Tess 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.L's, Manholes, Valves, etc., in the
same coordinate system, as the Control.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 13 of 15
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM-M
CITY PROJECT NO.: 01477
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 no more than 100 ft. in each
direction
DELIVERABLES
A. 0 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.
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services - CITY and
ENGINEER agree that the following services are beyond the Scope of Services
described in the tasks above. However, ENGINEER can provide these services if
needed, upon the CITY's written request. Any additional amounts paid to the
ENGINEER as a result of any material change to the Scope of the Project shall be
agreed upon in writing by both parties before the services are performed. These
additional services include the following:
•
•
•
•
•
•
•
•
•
Negotiation of easements or property acquisition including temporary right -of -
entries.
Services related to development of the CITY's project financing and/or budget.
Services related to disputes over pre -qualification, bid protests, bid rejection
and re -bidding of the contract for construction.
Construction management and inspection services
Periodic site visits during construction phase
Design phase public meetings
Performance of materials testing or specialty testing services.
Services necessary due to the default of the Contractor.
Services related to damages caused by fire, flood, earthquake or other acts of
God.
Services related to warranty claims, enforcement and inspection after final
completion.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 14 of 15
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, STM-M
CITY PROJECT NO.: 01477
•
.
•
•
Services related to submitting for permits (ie.TxDOT, railroad, etc...)
Services related to Subsurface Utility Engineering Levels A, B, C or D
Services related to Survey Construction Staking
Services related to acquiring real property including but not limited to
easements, right-of-way, and/or temporary right -of -entries.
Services to support, prepare document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
Construction Shop drawing review, samples and other submittals submitted by
the contractor.
Performance of miscellaneous and supplemental services related to the project
as requested by the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 15 of 15
ATTACHMENT B
COMPENSATION
Design Services for
Water and Sanitary Sewer Replacement Contract 2009, STM-M
City Project No. 01477
Lump Sum Project
1. Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $115,576.00 as
summarized in Exhibit B-1 — Engineer Invoice, Exhibit B-2 level of effort and
Exhibit B-3 — Construction cost estimate. 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
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: 5.19.2010
Page 1 of 6
B-1
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm
Primary Responsibility
Fee Amount
Prime Consultant
MJ Thomas Paving, drainage, water and
Engineering, LLC. . sanitary sewer
Proposed M/WBE Sub -Consultants
$79,476.00 j 68.77%
Gorrondona Associates,
Inc
Surveying Services
$36,100.00 31.23%
Non-M/WBE Consultants
$115,576.00
100%
TOTAL
Project
Number
&
Name
Total
Fee
M/WBE
Fee
M/WBE
%
01477-Water
and
Sanitary
Sewer
$115,575.00
$36,100.00
31.23%
Replacement
Contract
2009,
STM-M
City M/WBE Goal = 18%
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19.2010
Page 2 of 6
Consultant Committed Goal = 31.23 %
B-2
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5,19.2010
Page 3 of 6
Professional Services Payment Request Project Manager
Project:
City Project #:
City Sec Number:
Purchase Order:
Company Name:
Consultant's PM:
Vendor Invoice #:
Payment Request #:
From Date:
To Date:
Invoice Date:
01477
MJ Thomas Engineering, LLC.
Michael A, Thomas, P.E.
4/11/20
4/11/2011
4111/201
EXHIBIT B-1
Rakesh Chaubey
Water and Sanitary Sewer Replacement Contract 2009 STM-M
email:
Office Address:
Telephone:
Fax:
Consultant Instructions:
Summary
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Projects folder.
mickevt�mithomaseno.com
3400`Hulen'Street, Suite 100, F
81 732-9839
(817)732-9841
ort Worth, TX 76107
Agreement Amendment
Sheet FAC and Work Type Description Amount Amount
Agreement
Amount to
Date
Completed
Amount
Percent
Completed
($) Invoiced
Previously
Current
Invoice
Remaining
Balance
Water Invoice
Water
$69,346.00
$0.00
$69,346.00t
$0.00
$0.00
$0.00
$69,346.00
Sewer Invoice
Sewer
$46,230.00
$0.00
$46,230.00
$0.00
$0.00
$0.00
$46,230.00
Totals This Payment Request
$115,576.00
$0.00 $115,576.00
Overall Percentage Complete:
$0.00
0.00000000%
$0 00
$0.00
$115,576.00
Professional
Project:
City Project #:
Work Type Dosc:
FAX:
EXHIBIT B-1A
Services Payment Request Project Manager.
Water and Sanitary Sewer Replacement Contract
01477
WATER
P253-60x170xxxx31,32,33,51
City Sec Number. 0
Purchase Order: 0
Company Name:
Consultants PM:
Vendor Invoice #:
Payment Request #:
From Date:
To Date:
Invoice Date:
sea :nvnras cnyrneenny,
ffr
Michael A. Thomas, P.E.
0
0
4/11/2011
4/11/2011
4/112011
email:
Office Address:
Telephone:
Fax:
Rakesh Chaubey
Consultant Instructions:
Fill in green cells including Percent Complete and Invoiced Previously Quanituls
When you Invoice is complete, save and close, start Buasaw and Add your invoice to the
Consultant folder within Projects folder.
mrckevt(dmMomasnc corn
3400 Hulen Street, Suite 100, Fort Worth, TX 76107
(817)732-9839
(817)732-9841
Pay Items
Agreement Amendment Amendment
Description Amount Number Amount
Agreement
Amount to
Date
Completed
Amount
Percent ($) Invoiced
Completed Previously
Current
Invoice
Remaining
Balance
31 - Conceptual Design
517,155.00
517.155.0d
$0.00
$0.00
$17,155.00
32 - Preliminary Design
$34,310.00
334,310.00
$0.00
$0.00
$34,310.00
33 - Final Design
55,718.00
35,718.00
$0.00
-
$0.00
$5,718.00
51 - Prekmmaiy Survey
525,974.00
S25.974.00
$0.00
$0.00
$25,974.00
so.00
$0.00
$0.00
$0.00
Moo
$0.00
$0.00
$0.00
so.00
$0.00
$0.00
$0.00
$o.o0
$0.00
$0.00
$0.00
so.oa
$0.00
$0.00
$0.00
SO.olk
$0.00
$0.00
$0.00
so.00
$0.00
$0.00
$0.00
so.00
$0.00
$0.00
$0.00
Totals This Unit:
$83 157.00
$0.00
1 0
Overall Percentage Complete:
30,00
9 00000090%
30.00
$83 157.00
EXHIBIT B-1B
Professional Services Payment Request Project Manager:
Project: Water and Sanitary Sewer Replacement Contract
City Project #:
Work Type Desc:
F/A/C:
City Sec Number: 0
Purchase Order: 0
01477
SEWER
P258-70x17xxxxx31.32,33,51
Company Name: MJ Thomas Engineering, LLC.
Consultant's PM:
Vendor Invoice #:
Payment Request #:
From Date:
To Date:
Invoice Date:
Michael A. Thomas, P.E.
0
0
4/11/2011
4/11/2011
4/112011
email:
Office Address:
Telephone:
Fax:
Rakesh Chaubey
Consultant Instructions:
Fill In green cells Including Percent Complete and Invoiced Previously Quanitles
When your Invoice is complete. save and close, start Burzsaw and Add your Invoice to the
Consultant folder within Projects folder.
(nlckevuuimtthgmasenc Qom
3400 Hulen Street, Suite 100, Fort Worth, TX 76107
(817)732-9839
(817)732-9841
Pay Items
Agreement Amendment Amendment
Description Amount Number Amount
Agreement
Amount to
Date
Completed
Amount
Percent ($)Invoiced
Completed Previously
Current
Invoice
Remaining
Balance
31 - Conceptual Design
S6,687.00
$0.00
$0.00
56,687.00
S6,687.00
32 - Preliminary Design
S13.376.00
S13,376.00
$0.00
50.00
$13,376.00
33 • Final Design
S2.230.00
$2,230.00
$0.00
$0.00
S2,230.00
51 - Prohmmary Survey
S10.126.00
S10,126.00
$0.00
50.00
$10,126.00
SO.00
50.00
-
50.00
$0.00
50.00
$0.00
':.
-
$0.00
$0.00
50.00
$0.00
50.00
$0.00
50.00
$0.00
50.00
50.00
sox
$0.00
50.00
50.00
50.0o
50.00
$0.00
50.00
50.00
$0.00
$0.00
50.00
so.00
$0.00
_
$0.00
50.00
Totals This Unit:
Submitted by:
S32,413 00
SO 00 S32 419 00
Overall Percentage Complete:
0 00000000%
5000
SO 00
532 419 OQ
EXHIBIT "B-2"
ENGINEER LEVEL OF EFFORT
(Supplement to Attachment B)
Insert level of effort following this page.
City of Fort Worth, Texas
Attachment B
PMOOfficial Release Date: 5.19.2010
Page 4 of 6
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Water and Sanitary Sewer Replacement Contract 2009, STM-M
City Project No. 01477
Task No.
Laborjhours)
Expense
Total Expense
Cost
Task Sub Total
Task Description
Project
Director
Project
Manager
Project
Engineer
EIT
CARD
Administrative
Total Labor
Cost
Subconsultant
Travel
Reproduction
Rate
$0
$0
$125
$100
$90
$50
MWBE
Non-MWBE
1.0
Project Management
0
0
23
17
11
17
$6,415
$0
$0
$50
$0
$50
$6,465
1.1
Managing the Team
1.1.'
Internal Team Meetings
4
4
5.5
3
$1,545
$0
$1,545
1.1.1
QA/QC
4
4
5.5
3
$1,545
$0
$1,545
1.2
Communications and Reportin1
1.2.f
Pre -Design Coordination Meeting
2
1
1
$400
$10
$10
$410
1.2.1
Design Submittal Review Meetings
6
2
0
2
$1,050
$40
$40
$1,090
1.2.E
Prepare Baseline Schedule
1
2
2
$425
$0
$425
1.2.4
Prepare Monthly Progress Reports with
Schedule
4
4
4
$1,100
$0
$1,100
1.2.E
Prepare Monthly MWBE Reports
2
0
2
$350
$0
$350
2.0
Conceptual Design (30-Percent)
30.5
59
95
36
$20,063
$0
$0
$83
$50
$133
$20,196
2.1
Data Collection
1
11
10
15
$2,875
$20
$20
$2,895
2.2
Conceptual Design Package
$0
$0
2.2.'
Cover Sheet
2
2
7
$1.080
$0
$1,080
2.2.1
Exhibits and Summary
14
30
45
8
$9,200
$63
$50
$113
$9,313
2.2.E
Phasing
5.5
10
20
7
$3,838
$0
$3,838
2.2.4
Construction Estimate
8
6
13
6
$3,070
$0
$3,070
3.0
Preliminary Design (60 Percent}
43.5
111
206
31
$36,628
$0
$0
$10
$776
$786
$37,414
3.1
Preliminary Design Package
$0
$0
3.1.1
Cover
0
2
2
$380
$0
$380
3.1.2
Overall Layout
5.5
19
50
$7,088
$0
$7,088
3.1.3
Plan and Plan/Profile Sheets
29
70
99
6
$19,835
$10
$576
$586
$20,421
3.1.4
Specifications
4
6
0�
21
$2,150
$0
$2,150
3.1.5
Construction Estimate
3
8
27
2
$3,705
$200
$200
$3,905
3.2
Constructability Review
2
2
0
1
$500
$0
$500
3.3
Utility Clearance
4
28
1
$2,970
$0
$2,970
4.0
Final Design
7
10
26
17
$5,065
$0
$0
$10
$1,010
$1,020
$6,085
4.1
Final Draft (90%) Construction Plans and
Specifications
3
8
25
1
$3,475
$10
$1,000
$1.010
$4,485
4.2
Final (100%) Plans and Specifications
2
8
$650
$0
$650
4.3
Construction Estimates (90% and 100%)
2
` 2
1
8
$940
$10
$10
$950
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Official Release Date: 5.19.2010
1 of 3
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Water and Sanitary Sewer Replacement Contract 2009, STM-M
City Project No. 01477
Task No.
Labor (hours)
Expense
Total Expense
Cost
Task Sub Total
Task Description
Project
Director
Project
Manager
Project
Engineer
EIT
CADD
Administrative
Total Labor
Cost
Subconsultant
Travel
Reproduction
Rate
SO
$0
$125
$100
$90
$50
MWBE
Non-MWBE
5.0
Bid Phase
8
11
5
6
S2 850
SO
SO
$10
$2,086
$2,096
$4,946
5.1
Bid Support
5.11-
Upload Documents to Bu77saw
1
2
$305
$0
$305
5.1.1
Sell Contract Documents and Maintain
Plan Holders List
1
2
4
$525
$1,606
$1,606
$2,131
5.1.;
Issue Addenda
2
5
2
1
$980
$0
$980
5.1.4
Attend Bid Opening
2
2
0
0
$450
$10
$10
$460
5.1.51
Tabulate Bids and Recommend Award
2
2
0
1
$500
$0
$500
5.2
Mylar Drawings
1
$90
$480
$480
$570
6.0
Construction Phase Services
2
2
0
3
$600
SO
SO
$10
$150
S160
S760
6.1
Construction Support
6.1."
Attend Preconstruction Conference
1
1
0
2
$325
$10
$150
$160
$485
I6.1. '
Attend Public Meeting
1
1
0
1
$275
$0
$275
'7.0
ROW/Easement Services
0
0
0
0
SO
$0
S0
S0
S0
$0
S0
7.1
Right -of -Entry Documents
0
0
0
0
$0
$0
$0
8.0
Survey
0
0
0
0
S0
$36,101
S0
$0
S0
$36,101
$36,101
8.1
Design Survey
0
0
0
0
$0
$36,100
$36,100
$36,100
Totals
0
0
114
210
343
110
571,620
$36,101
$0
$173
54,072
S40,346
$111,966.00
Water Line Footage
12,000
Sewer Line Footage
(A) Total Fee
(8) Survey Fee
(C Total Fee (-) survey Fee
Water Fee (60% of C)
$47,686.00
8,000
20,000
$115,576
-$36,100
$79,476
60%
40%
100%
Sewer Fee (40% of C)
$31,790.00
Description
WP
Water
Sewer
Conceptual Design (30%)
31
$14,305.80
$9,537.00
Preliminary Design (60%)
32
$28,611.60
$19,074.00
Final Design (10%)
33
$4,768.60
$3,179.00
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Official Release Date: 5.19.2010
Project Summa
Total Hours
777
$71,620
Total Labor
Total Expense
$40,346
MWBE Subconsultant
$36,101
Non-MWBE Subconsultant
$0
10% Sub Markup
$3,610
MWBE Participation
31.2%
Total Project Cost
$115,576.00
2 of 3
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Water and Sanitary Sewer Replacement Contract 2009, STM-M
City Project No. 01477
Task No.
Task Description
Rate
Survey
Project
Director
51
$0
Project
Manager
$0
$21,660.00
Labor(hoursj
Project
Engineer
$125
$14,440.00
Subtotal
$69,346.00
$46,230.00
Total
$115,576.00
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Official Release Date: 5.19.2010
EIT
$100
CADD
$90
Administrative
$50
Total Labor
Cost
Expense
Subconsultant
MWBE
Non-MWBE
Travel
Reproduction
Total Expense
Cost
Task Sub Total
3 of 3
EXHIBIT "B-3"
ENGINEER OPINION OF PROBABLE CONSTRUCTION COST
(Supplement to Attachment B)
Insert opinion of probable construction cost following this page.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5,19.2010
Page 5 of 6
EXHIBIT B-3
WATER LINE IMPROVEMENTS (SUMMARY)
Bid Item No.
Description Unit Unit Price
PROJECT
QUANTITY TOTAL
00372 Trench Safety System 5 Foot Depth — Install
00429 Pavement Concrete Repair (STR-031) — Install
00470 Pavement -Traffic Permit for Utility Street Cut — Install
00546 Fire Hydrant — Install
00569 Pipe Fittings-16 Inch or > DI Pipe — Install
00579 Pipe-Casing-24 Inch -Casing Pipe Bore/Jack w/Pressure Grout — Install
00618 Pipe-Pressure-8 Inch — Install
00695 Pipe -Tapping Sleeve & 8 Inch G.V.-10 Inch X 8 Inch — Install
00696 Pipe -Tapping Sleeve & 8 Inch G.V.-12 Inch X 8 Inch — Install
00704 Pipe -Tapping Sleeve & 8 Inch G.V.-36 Inch X 8 Inch — Install
00713 Valve-1 Inch -Air & Vacuum Release — Install
00745 Valve-6 Inch -Gate Valve w/Box — Install
00749 Valve-8 Inch -Gate Valve w/Box — Install
00755 Water Service-1 1/2 Inch -Tap to Main — Install
00769 Water Service-2 Inch -Temporary — Install
00841 Concrete -Encasement — Install
00847 Valve Box -Adjustment — Services
00848 Meter Box -Adjustment — Services
LF
LF
LF
EA
TON
LF
LF
EA
EA
EA
EA
EA
EA
EA
LF
LF
EA
EA
$1.00
$54.00
$15.00
$2,360.00
$6,330.00
$400.00
$30.00
$2,790.00
$2,955.00
$5,000.00
$3,200.00
$835.00
$935.00
$807.00
$6.00
$50.00
$250.00
$40.00
6,315
6,315
6,316
10
21
120
6,315
4
2
1
3
10
9
210
6,315
7
30
210
$ 6,315.00
$ 341,010.00
$ 94,740.00
$ 23,600.00
$ 129,765.00
$ 48,000.00
$ 189,450.00
$ 11,160.00
$ 5,910.00
$ 5,000.00
$ 9,600.00
$ 8,350.00
$ 8,415.00
$ 169,470.00
$ 37,890.00
$ 350.00
$ 7,500.00
$ 8,400.00
Water Sub -Total
10% Contingency
Water Line Improvements Total
$ 1,104,925.00
$ 110,492.50
$ 1,215,417.50
EXHIBIT B-3
SANITARY SEWER IMPROVEMENTS (SUMMARY)
Bid Item No.
Description
Unit Unit Price
PROJECT
QUANTITY TOTAL
00201 Inspection -Post Construction Cleaning & TV - Study
00202 Inspection-Preconstruction Cleaning & TV - Study
00213 Manhole-Std 4 Ft Diam-(to 6 Ft Depth) - Install
00214 Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) - Install
00217 Manhole -Vacuum Test - Services
00350 Pipe-Sewer-8 Inch-SDR26 (All Depths) - Install
00354 Sewer Service-4 Inch - Install
00355 Sewer Service-4 Inch Service Tap - Install
00356 Sewer Service-4 Inch-2 Way Clean Out - Install
00372 Trench Safety System 5 Foot Depth - Install
00429 Pavement Concrete Repair (STR-031) _ Install
00470 Pavement -Traffic Permit for Utility Street Cut - Install
01165 Pipe-Sewer-8 Inch -In Casing Pipe (16 Inch) -Other Than Open Cut - Install
LF
LF
EA
VF
EA
LF
LF
EA
EA
LF
LF
LF
LF
$2.00
$3.00
$2,340.00
$148.00
$104.00
$45.00
$26.00
$250.00
$270.00
$1.00
$65.00
$15.00
$252.00
2,931
2,931
25
19
9
2,931
2,925
117
117
2,931
2,931
2,931
$ 5,862.00
$ 8,793.00
$ 58,500.00
$ 2,812.00
$ 936.00
$ 131, 895.00
$ 76,050.00
$ 29,250.00
$ 31,590.00
$ 2,931.00
$ 190,515.00
$ 43,965.00
60 $ 15,120.00
Sanitary Sewer Sub -Total
10% Contingency
Sanitary Sewer Improvements Total
598,219.00
59,821.90
$ 658,040.90
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Water and Sanitary Sewer Replacement Contract 2009, STM-M
City Project No. 01477
<List any changes to the Standard Agreement>
NONE
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of l
1
e!
D LIP
s Sof g 5 3 ; i Sgi i 1 4 1 3 3 i .2 g 1 S S 4
A N N N N N N N A A
7 3 i 1 E 9 l e e LL 3 9 5 1 7e 3
- - . . ' - NNNN - . - N N N N N . N N N
3 3 s s S 1 1 3 S s Ai 3 3 r s : 5 3 i i 3 s '` LL LL 4
gg
t ; l 3 i f 10 1 8 1 1 1 1 1 1 1 1 1 1 1 1 1 9 1 1 1
s
I
is
1 1
LL
18J
s; IT] ill "s ;1 rictilbilillcts ill 1 E
5 c
. 0, ; 1 I 1 i Of 1 I 1
gf
Rer
Iiiiiirlia
: 50 a R 5 -
R i- 4 ti s R §
I t I I I I tt I I I I a�' t I $III I
a a v s s
0
W LL
c
ID Task Name
Comb Pea)ed Trig 0n.,l
1.8011 -Combustion Advertisement
1.80J1.10 - Bid Preparation and Advotlsement
aid Package Preparation
Start Advertisement Period
Advertisement Period
Pre -Sid Meeting
Issue Addenda (As needed/
Bid Opening - Review Bids - Bid Tabulations and Sled Contractor
1)10.31.30 Conbact Award
MWBE Submittal
Review and Approve 11WSE Submittal
M8C Process
Execute Contract Documents
Lowe Construction Notice To Proceed
1.80.32-PKtnlsbuc0on Activities
Pre -Construction Meeting
Submittals and Approvals
Soar Construction
11013 -Construction Contract
Combustion
1.80J4 - k6MdWsoil Testing
Matedd and Soil Testing
110J8-lmvscdcn
Find inspection
Combustion Complete
Inspections
1.80-Closeout
1.90.111 -Clow-Out Report and Review
Close Out Review
Project Complete
1.1t8 -Cagiltallitatort
1J5J8-Capltrra0on
Cptiallrstion
Start
-2475ays T1731712
113 days Tua1/31/12
33 days Tua121H2
10 days Tut 1131/12
0 drys Mon 2/13/12
22 drys Tue 2/14/12
1 dry Tue 221/12
10 days Wed2Jd/12
1 day Thu 11912
DO days Fri3/1D/12
5 days Fri 3/16/12
10 days Fd 323/12
80 drys Fri 3/10/12
20 days Fd D/e/12
0 drys Thu 7/5/12
10 days Fd7/6N2
1 day Fri 75/12
10 days Fri 7/8/12
0 drys Thu 7/19/12
120 days Fri 720/12
120 days Fd 7/20/12
120 days Fri 7/20/12
120 days Fd 7/20/12
130 days Fd72W12
10 days Fri 1/4/13
0 days Thu 1/17/13
120 days Fri 720/12
30 days Fd1/1en3
30 days Fri 1H3/13
30 days Fri 1/1913
0 drys Thu 228/13
10 days Fd3/1N3
10 days Fd3NH3
10 days Fd 3/1/13
Final 2011
Oct ' No rtri Jan 5eb' /Aar `Apr
n fw 1/31114i
T11u7I5H3
This 3I1912'.
Mon 2/13//12
Mon 2/13/12.
Wed 3114/121
Tue 221/12
Tue 3/R/12�
Thu 3115/12;
Thu 7/91x;
Thu 3127/12.%
Thu 45/12;
Thu Of7l12'
Thu 7/5/12
Thu 7fJ121
Thu 7/10112
Fd 733/12
Thu 7/19/12!
Thu 7/19/12
Thu 1/3/13
Thu 1/3/131
Thu 1/3/13,
Thu 1/3113'
Thu 1117/13'
Thu 1/17/13;
Thu 1/17/13;
Thu 1fg13
Thu 272913;
Thu 22Yi3`
Thu V28113,
Thu 228/131
Thu 3/14/11
Thu 3/14113I
Thu 3/14/13'
2012
eP_dci_, day —OAF, Jan rib ' _ *Turk.
Project 500-007 Water Sewer Rehab 2
Date: Tue 4/12/11
Task
Bolt
Progress
Mllssione
Estemd Tasks .», , ,, Asa, Deadline
External Miestmr
Page
ATTACHMENT E
SAPPINGTON PL
ATTACHMENT E
WAVERLY WAY
ATTACHMENT E
COVERT AVE
Off cal site of the City .off'Fo t Worth Texas
COUNCIL ACTION: Approved on 4/5/2011 - Ord. No. 19633-04-2011
DATE. 4/5/2011 REFERENCE NO.: "C-24820 LOG NAME•
CODE• C TYPE* CONSENT PUBLIC
HEARING:
SUBJECT: Authorize Execution of an Engineering Agreement in the Amount of $115,576.00 with
M.J. Thomas Engineering, LLC, for Water and Sanitary Sewer Replacement Contract
2009, STM-M on Covert Avenue, Lubbock Avenue, Sappington Place and Waverly Way
and Adopt Appropriation Ordinance(COUNCIL DISTRICT 3)
RECOMMENDATION:
6009STMM-
MJTHOMAS
NO
It is recommended that the City Council:
1. Authorize the transfer of $131,576.00 from the Water and Sewer Fund $94,157.00 to the Water
Capital Projects Fund and $37,419.00 to the Sewer Capital Projects Fund;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in
the Water Capital Projects Fund by $94,157.00 and in the Sewer Capital Projects Fund by
$37,419.00; and
3. Authorize the City Manager to execute a contract in the amount of $115,576.00 with M.J. Thomas
Engineering, LLC, for Water and Sanitary Sewer Rehabilitation Contract 2009, STM-M.
DISCUSSION:
This project consists of the preparation of plans and specifications for the replacement of the
deteriorated water and/or sanitary sewer mains as indicated on the following streets:
Street From. To Scope of Work
Covert Avenue Rector Drive Westcreek Drive Water
Lubbock Avenue West Seminary Drive West Gambrel) Drive Water
Sappington Place Locke Avenue Curzon Avenue Water/sewer
Waverly Way Clayton Road Bernie Anderson Avenue Water/sewer
M.J. Thomas Engineering, LLC, proposes to perform the design work for a lump sum fee of
$115,576.00. City staff considers this fee to be fair and reasonable for the scope of services
proposed.
M/WBE — M.J. Thomas Engineering, LLC, is in compliance with City's M/WBE ordinance by
committing to 31 percent M/WBE participation. The City's goal on this project is 18 percent.
In addition to the contract amount, $16,000.00 (water $11,000.00 and sewer: $5,000.00) is required
for project management, real property acquisition and utility coordination.
The project is located in COUNCIL DISTRICT 3.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations, and adoption of the attached appropriation ordinance, funds will be available in
Logname. 6040610C01-SJLOUIS Page 1 of 2
the current capital budget, as appropriated, of the Water and Sewer Fund, and the Water Capital
Projects Fund and the Sewer Capital Projects Fund.
TO Fund/Account/Centers
1&21
P253 476045 6031701477ZZ
1&2)
P258_.476045.7031701477ZZ
2)P253511010 603170147730
2) P253 5.312006091.7014.7731.
2)P253 531200 609170147732
2) P253 531200609170.147733
2) P253 541.1.00 609170.147741_
2) P253 531350609170147742
2LP253.531.200 609170147751
2) P253.5313506031701_4.7773
2) P258 511010 70.3170147730
2) P258_ 531200703170147731_
22) P258 531200.70.3170147732
2)9258531200 703170.147733
2)P258541100 703170147741.
2) P258 531.350 703.170147742
2) P2585.31200 7.031701.47751
2) P258 531350 7031701.47.773
$94,157.00
$3741.9,00
$_8,00_0.00
$17155.00
$34,310.00
$5 718.0.0
$1000.00
$1,0.00.00
$25 974.00
$1_, 000.00
$2,000_.00
$6 687.00
$i 376.00
$2,230.00
$1 000.00
$11000.00
$1.0 1.26.00
$1,000. 00
FROM Fund/Account/Centers
1) PE45 538040 0609020 $94,157.00
1) PE45 538040 0709020 $37 419.00
3)P253 531200 603170147731 $17,155.00
3) P253 531200 603170147732 $34,310.00
3) P253 531200603170147733 $5,718.00
3) P253 _531200 6031.70147751 $25 974.00
3) P258 531200 703170147731 $6,687.00
3) P258 531200.7_03170147732 $1.3,376.00
3) P258 531200 7031.70147751_ $10,126.0.0
31P258 531200 703170147733 $2,230.00
Submitted for City Manager's. Office by.: Fernando Costa (6122)
Originating Department Head: S. Frank Crumb (8207)
Additional Information Contact: Rakesh Chaubey (6051)
ATTACHMENTS
60 09STMM-MJTHOMAS AO.doc
6009STMM-MJTHOMAS MAP 01.pdf
6009STMM-MJTHOMAS MAP 02.pdf
6009STMM-MJTHOMAS MAP 03.pdf
6009STMM-MJTHOMAS MAP 04.pdf
Logname. 6040610C01-SJLOUIS Page 2 of 2
M&C Review Page 1 of 2
CITY COUNCIL AGENDA
Official site of the City of Fort Worth, Texas
FORT WoRI I j
DATE:
COUNCIL ACTION: Approved ors 4/5/2011 m Ord. No. 19633-04-2011
4/5/2011 REFERENCE NO.: **C-24820
CODE: C
SUBJECT:
TYPE:
LOG NAME:
PUBLIC
HEARING:
Authorize Execution of an Engineering Agreement in the Amount of $115,576.00 with
M.J. Thomas Engineering, LLC, for Water and Sanitary Sewer Replacement Contract
2009, STM-M on Covert Avenue, Lubbock Avenue, Sappington Place and Waverly Way
and Adopt Appropriation Ordinance(COUNCIL DISTRICT 3)
CONSENT
6009STMM-
MJTHOMAS
NO
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of $131,576.00 from the Water and Sewer Fund $94,157.00 to the Water
Capital Projects Fund and $37,419.00 to the Sewer Capital Projects Fund;
2 Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in
the Water Capital Projects Fund by $94,157.00 and in the Sewer Capital Projects Fund by
$37,419.00; and
3. Authorize the City Manager to execute a contract in the amount of $115,576.00 with M.J. Thomas
Engineering, LLC, for Water and Sanitary Sewer Rehabilitation Contract 2009, STM-M.
DISCUSSION:
This project consists of the preparation of plans and specifications for the replacement of the
deteriorated water and/or sanitary sewer mains as indicated on the following streets:
Street From To
Covert Avenue Rector Drive Westcreek Drive
Lubbock Avenue West Seminary Drive West Gambrel) Drive
Sappington Place Locke Avenue Curzon Avenue
Waverly Way Clayton Road Bernie Anderson Avenue
M.J. Thomas Engineering, LLC, proposes to perform the design work for a lump sum fee of
$115,576.00 City staff considers this fee to be fair and reasonable for the scope of services
proposed.
M/WBE — M.J. Thomas Engineering, LLC, is in compliance with City's M/WBE ordinance by
committing to 31 percent M/WBE participation. The City's goal on this project is 18 percent.
Scope of Work
Water
Water
Water/sewer
Water/sewer
In addition to the contract amount, $16,000.00 (water: $11,000.00 and sewer: $5,000.00) is required
for project management, real property acquisition and utility coordination.
The project is located in COUNCIL DISTRICT 3.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations, and adoption of the attached appropriation ordinance, funds will be available in
the current capital budget, as appropriated, of the Water and Sewer Fund, and the Water Capital
Projects Fund and the Sewer Capital Projects Fund.
http://apps.cfwnet.org/council packet/mc_review.asp?ID=14888&councildate=4/5/2011 6/10/2011
M&C Review Page 2 of 2
TO Fund/Account/Centers
1&2)
P253 476045 6031701477ZZ
1&2)
P258 476045 7031701477ZZ
2) P253 511010 603170147730
2) P253 531200 609170147731
2) P253 531200 609170147732
2) P253 531200 609170147733
2) P253 541100 609170147741
2) P253 531350 609170147742
2) P253 531200 609170147751
2) P253 531350 603170147773
2) P258 511010 703170147730
2) P258 531200 703170147731
2) P258 531200 703170147732
2) P258 531200 703170147733
2) P258 541100 703170147741
2) P258 531350 703170147742
2) P258 531200 703170147751
2) P258 531350 703170147773
$94,157.00
$37,419.00
$8, 000.00
$17,155.00
$34,310.00
$5,718.00
$1,000.00
$1,000.00
$25,974.00
$1,000.00
$21000.00
$6,687.00
$13, 376.00
$2,230.00
$1,000.00
$1,000.00
$10,126.00
$1,000.00
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
60 09STMM-MJTHOMAS AO.doc
6009STMM-MJTHOMAS MAP 01.pdf
6009STMM-MJTHOMAS MAP 02.pdf
6009STMM-MJTHOMAS MAP 03.pdf
6009STMM-MJTHOMAS MAP 04.pdf
FROM Fund/Account/Centers
1) PE45 538040 0609020 $94,157.00
1) PE45 538040 0709020 $37,419.00
3) P253 531200 603170147731 $17,155.00
3) P253 531200 603170147732 $34, 310.00
3) P253 531200 603170147733 $5,718.00
3) P253 531200 603170147751 $25,974.00
3) P258 531200 703170147731 $6,687.00
3) P258 531200 703170147732 $13,376.00
3) P258 531200 703170147751 $10,126.00
3) P258 531200 703170147733 $2,230.00
Fernando Costa (6122)
S. Frank Crumb (8207)
Rakesh Chaubey (6051)
http://apps.cfwnet.org/council_packet/mc review.asp?ID 14888&councildate 4/5/2011 6/10/2011