Loading...
HomeMy WebLinkAboutContract 41756 (3)Project Name: City Project No. 01504 City Secy. Cont. No. FORT WORTH u: G IJN ON gi AG 12 i ThITV SSECRETARY C•NTRACTNO. NIHAU. \15 .:_NAt.- Sanitary Sewer Rehabilitation Contract (85) TPW No. 6613 11118iC Ref.: C 24832 Dated: April 5, 2011 Consultant: ARS Engineers, Inc. 5910 N. Central Expy. Suite 1000 Dallas, Texas 75206 Consultant P.M.: Ram Copal, P.E. (rgopaIarsonginoers,com) City P.I.: Rakesh Chauhey, P.E. Contract Fee: $ 175,387.00 Date Fxecuted: City Council Districts: District 2 Mapsco Grid: 62 A B E I= OFFICIAL RECORD CITY SECRETARY it.�T. .WORTH, TX Street Name Lee Ave & 26th St (Alley) Prospect Ave & 26th St. (Alley) Prospect Ave & 26th St. (Alley) Market Ave Prairie St. & 27th St (Alley) Lincoln Ave & 27th St Chestnut St. & 27th/28th St Gould Ave. & 28th/26th St. (Alley) Lincoln Ave & 28th/26th St (Alley) Chestnut St. & Lorraine/28th St Refugio Ave & 26th/27th St Cliff St. Prospect Ave. Lee Ave & Cliff St (Alley) Lee Ave & Cliff St (Alley) Lincoln Ave. Lincoln Ave. & 29th (Alley) Market St. & 28th Ave (Alley) Gould Ave. & 28th St (Alley) 26th St Cliff St. Angle St. 27th St. & Columbus Ave N. Houston St. Chestnut St. & 28th St (Alley) Cliff St & 27th Segment L762 L762A L762B L929 L1038 L1189 L1193 L1196 L1200 L1213 L1433 L1440 L1441 L1471 L1479 L2344 L2345 L2348 L2349 L2728 L4878 M-5 M-31 L1112 L1219 L1433 From Alley Alley 25TH 26TH Alley Lincoln 27th 26th Alley Chestnut 26th Refugio Prospect Alley Alley 28th 28th 26th 26th Clinton Alley Cliff 27th 25th Alley 27th To Alley Alley 26TH 27TH Alley 27th 28th 28th Alley Lorraine 27th Prospect Cliff Alley Alley 29th 29th Sh 183 28th Ross Alley 26th 27th 26th Alley Cliff Mapsco 62F 62F 62F 62E 62E 62F 62E 62E 62E 62F 62F 62F 62F 62F 62F 62B 62B 62E 62F 62F 62F 62F 62E 62F 62E 62F S S S S S S S S W S S S S S W W S S W S N S N S N CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a home -rule municipal corporation situated in Tarrant Denton, Parker and Wise Counties, Texas (the 'CITY"), and ARS Engineers, Inc., (Engineer), (the "ENGINEER"), for a PROJECT generally described as: Sanitary Sewer Rehabilitation Contract LXXXV (85). Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation 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 good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until City of Fort Worth, Texas Standard Agreement for Engineering Rela ed Design Services PMO Official Release Date: 5.19.2010 Page 1 of 15 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 3 of 15 (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 matenais; 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 usea 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. 1. Minority and Woman Business Enterprise (MIWBE) 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 MIWBE 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 Tess 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 appropnate 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 5,19.2010 Page 5 of 15 1. The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella if any This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. ii ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary commercial umbrella liability insurance with a limit of not less than $1,000 000 each accident. Such insurance shall cover liability arising out of "any auto', including owned, hired, and non -owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non -owned is acceptable. 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 m 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. 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. I. 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 authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at 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. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities, and land, easements, rights -of -way, and access necessary for the ENGINEER's services or PROJECT construction. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 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 written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV E regarding the ENGINEER's Personnel at Construction Site and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third -Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers employees, and subcontractors for any claim arising out of in connection with, or resulting from the engineering services performed 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. 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 oe 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 Govemment Code Section 271.904, the ENGINEER shall indemnify, hold harmless and defend the CITY against liability for any damage caused by or resulting from an act of negligence intentional tort intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER s agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 519.2010 Page 13 of 15 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 , VLF., 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 Article VII This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A -Scope of Services Attachment B — Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D -Project Schedule Attachment E -Location Map Executed this the )V'dayof P4q4_. , 2011. ATTEST: Marty Hendrix City Secretary PPROVED A ase* CP01 )1 04o? °° or- 0 coo Lips 0 pa no ticara VIR N- g idti 0 c1 •. o sf-JF:i ., oo \\.\ ° 0 itarkg:)% °o cos . noc oa 4.e. ' millit OAS TO FORM AND LEGALITY AssIs amity Attorney ATTEST: S 3 Contract Author z2atiok 41 Slit Date �3 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 J By: Snass‘C#1....„ Fernando Costa Assistant City Manager APPRO AL RECMENDEQ7 S. Frank Crumb, P.E. Director, Water Department ARS ENGINEERS, INC Afra Ay6b R. Sandhu, P.E. President By: ,j\ti OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 ATTACHMENT A Scone for Enaineerina Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 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. Street Name Lee Ave & 26th St (Alley) Prospect Ave & 26th St. (Alley) Prospect Ave & 26th St. (Alley) Market Ave Prairie St. & 27th St (Alley) Lincoln Ave & 27th St Chestnut St. & 27th/28th St Gould Ave. & 28th/26th St. (Alley) Lincoln Ave & 28th/26th St (Alley) Chestnut St. & Lorraine/28th St Refugio Ave & 26th/27th St Cliff St. Prospect Ave. Lee Ave & Cliff St (Alley) Lee Ave & Cliff St (Alley) Lincoln Ave. Lincoln Ave. & 29th (Alley) Sewer Map No. Lateral or Main 20-424085 20-424085 20-424085 20-424085 20-364085 20-424085 20-364085 20-424085 20-424085 20-424085 20-424085 20-424085 20-424085 20-424085 20-424085 20-424085 20-424085 Lateral Lateral Lateral Lateral Lateral Lateral Lateral Lateral Lateral Lateral Lateral Lateral Lateral Lateral Lateral Lateral Lateral Ex. Size (in) Proposed Length Replacement (ft) Size 6" 8" 6" 8" 6„ 8" 6" 6" 6" 8" 8" 8" 6" 8" 6" 8" 6" 8" 6" 8" 6" 8" 6" 6" 6" 6" 6" 6" 8" 8" 8" 8" 8" 8" 420 575 100 410 115 772 407 865 861 570 375 125 460 670 240 775 600 City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 1 of 15 Market St. & 28th Ave (Alley) Lee Ave & Cliff St (Alley) Gould Ave. & 28th St (Alley) 26th St Cliff St. Angle St. 27th St. & Columbus Ave N. Houston St. Task 1. Task 2. Task 3. Task 4. Task 5. Task 6. Task 7. Task 8. 20-424085 20-424085 20-424085 20-424085 20-424085 20-424085 20-364085 20-424085 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 Lateral Lateral Lateral Lateral Lateral Main Main Main WORK TO BE PERFORMED Design Management Conceptual Design Preliminary Design Final Design Bid Phase Services Construction Phase Services ROW/Easement Services Survey and Subsurface Utility Engineering Services TASK 1. DESIGN MANAGEMENT. 6" 8" 6" 8" 8" 6" 6" 6" 6" 6" 8" 8" 8" 8" 8" 8" 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 580 240 740 305 365 800 550 530 City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 2 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 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 MWWBE Report Form and Final Summary Payment Report Form at the end of the project Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs ENGINEER shall work with regulatory authorities to obtain approval of the designs and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 12 MWBE reports will be prepared • 4 meetings with city staff • 12 monthly water department progress reports will be prepared • 12 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 3 of 15 • ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 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. 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 Tine locations. 2.2. Geotechncca{ 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08,27,2010 Page 4 of 15 • ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 • 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 A. Conceptual Design Package TASK 3. PRELIMINARY DESIGN (60 PERCENT). P reliminary plans and specifications shall be submitted to CITY per the approved Project S chedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet • A Proiect Control Sheet, showing all Control Points used or set while gathering data. Generally on a scale of not Tess than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8" Iron Rod); X Y and Z Coordinates, in an identified coordinate system and a referred bearing base Z coordinate on City Datum only; descriptive location (i e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 5 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 • Overall project easement layout sheet(s) with property owner information. • Overall proiect water and/or sanitary sewer lavout 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, including replacement of existing service lines within City right-of-way or utility e asement. 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 - City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 6 of 15 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 s comments from the field visit and submit this information to the CITY in writing. 3.4. Utility Clearance • • ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 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 • 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 7 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO,: 01504 • 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 12 project specific traffic control sheets will be developed • 2 sets of half (11' x 17") size drawings and 2 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. • 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 approval by the CITY of the Preliminary Design plans. 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.27,2010 Page 8 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 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 • 2 sets of half size drawings and 1 sets of full size drawings and 1 specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 2 sets of half size drawings and 1 sets of full size drawings and 1 specifications will be delivered for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • [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. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 9 of 15 • • • ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.:01504 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 .xis 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 proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation is to be uploaded into the project s Bid Responses folder on Buzzsaw. Incorporate all addenda into the contract documents and issue conformed sets. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 10 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 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: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org' designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf where "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. 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 45 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 size and 4 sets of full size drawings plans and 1 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. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 11 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 • 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) • The ENGINEER shall attend the ' Final" project walk through and assist wth 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 12 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 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. 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 an -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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 13 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 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 Tines. • 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.I. s, Manholes, Valves, etc., in the same coordinate system, as the Control. No less than two horizontal bench marks, per line or location. Bearings given on all proposed centerlines, or baselines. Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of Entry for landowners to CITY PM. The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. • City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 14 of 15 ATTACHMENT A DESIGN SERVICES FOR SANITARY SEWER REHABILITATION CONTRACT 85, COUNCIL DISTRICT 2 CITY PROJECT NO.: 01504 ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction. DELIVERABLES A. 3 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: • • • • • • • • • • • • • N egotiation of easements or property acquisition including temporary right -of - entries. S ervices 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 P eriodic 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. S ervices related to submitting for permits (ie.TxDOT, railroad, etc...) S ervices related to Subsurface Utility Engineering Levels A, B, C or D S ervices related to Survey Construction Staking S ervices related to acquiring real property including but not limited to e asements, right-of-way, and/or temporary right -of -entries. Services to support, prepare, document, bring, defend, or assist in litigation u ndertaken 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 Sanitary Sewer Rehabilitation Contract 85 City Project No. 01504 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $_175,387.00 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 A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER 111. 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 1 1 IV. ATTACHMENT B COMPENSATION Summary of Total Project Fees Firm P rime Consultant ARS Engineers, INC P rimary Responsibility Engineering, Surveying, and P roject Management P roposed M/WBE Sub -Consultants APM & Associates, INC Walker Reprographics Non-M/WBE Consultants P roject Number & Name City M/WBE Goal = 23% City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 2 of 6 SWPPP, Traffic Control and Engineering P rinting & Reproduction 1 1 TOTAL Total Fee $175,387 Fee Amount $135,087 77% $30,300 17.3% $10,000 5.7% $175,387 100% M/WBE Fee $40,300 M/WBE % 23 % Consultant Committed Goal = 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: I Sanitary Sewer Replacement Contract City Project #: 101504 City Sec Number: Purchase Order: Company Name: (ARS Engineer Inc Consultant's PM: Vendor Invoice #: Payment Request #: From Date: To Date: Invoice Date: Sheet Sewer lnvoice IRam Gopal I#REFi. Project Manager. EXHIBIT B-1 Ram Gopal 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. email: Office Address: I Telephone: { Fax: FAC and Work Type Description Totals This Payment Request Agreement Amendment Amount Amount { $175,387.001 $0.00 $175.387.00 Agreement Amount to Date $175,387.0i 80.00 8175.387 00 Overall Percentage Complete: Completed Percent Amount Completed $0.00 $0,00 0.00000000% OCK UNLOCK ($) Invoiced Current Previously Invoice $0.00 $0.00 Remaining Balance $175,387.00 $175.387,00 Professional Services Payment Request Project: Sanitary Rehabilitation Contract 85 City Project #: Work Type Desc: FIAIC: City Sec Number: PurchaseOrder. 01504 SEWER P258-70x17xxxxx31,32,33,51 0 0 Company Name: ARS Engineers, Inc. Consultant's PM: Vendor Invoice #: Payment Request #: From Date: To Date: Invoice Date: Pay Items 31 - Conceptual Dmagn 32 - Preliminary Design 33 • Final Design 51 - Preliminary Survey Submittal by: Ram Gopal 0 0 1/0/1900 1/0i1900 1/0/1900 Description Totals This Unit: email: Office Address: Telephone: Fax: EXHIBIT B-1B Project Manager: Ram Gopal Consultant Instructions: Fill In green cells including Percent Complete and Invoiced Previously ouanitios When your Invoice is complete, save and close, start Buzzsaw and Add your Invoice to the Consultant Colder within Projects folder. .c �;e.arsenvinren. corn 5910 N. Central Expy, Suite 1000, Dallas, Tx 75206 214-739-3152 214-739-3169 Agreement Amount $81,540 j sez.s4O. $13.756 S37,820. Amendment Amendment Number Amount Agreement Amount to Date $41270.1C S82,540 2C S13,756 7C 537,820.0C so OC 50.0c $0 OC sO.00 50 OC $0 0c SO OC 50 00 4175 387 09 59 00 $175 387 00 Overall Percentage Complete: Completed Percent ($) Invoiced Amount Completed Previously SOLO $0.00 $0.00 $0.00 $0 00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 00000000 % SO 00 Current Remaining Invoice Balance $0.00 S41,270.10 $0.00 S82,540.20 $0.00 $13,756.70 so.00 S37,820.00 50.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 $0 00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 ;0oQ 41753570p 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 PMO Official Release Date: 5.19.2010 Page 4 of 6 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 S PMO Official Release Date: 5,19.2010 Page 5 of 6 SEWER LINE SUMMARY PAY ITEM BID ITEM NO. 1 BID-00351 2 BID-00348 3 BID-00354 4 BID-00355 5 BID-00363 6 BID-00361 7 BID-00213 8 BID-00214 9 BID-00207 10 BID-00208 11 BID-00218 12 BID-00196 13 BID-00217 14 BID-00206 15 BID-00121 16 BID-00211 17 BID-00372 18 BID-00356 19 BID-00201 20 BID-00137 21 BID-00542 22 BID-00442 23 BID-00443 24 BID-00430 25 BID-00423 26 BID-00530 27 BID-00404 28 BID-00545 29 BID-00837 30 BID-00839 31 BID-00841 32 BID-001189 33 BID-00099 EXHIBIT B-3 DESCRIPTION OF ITEM Pipe Sewer - 8 Inch - SDR35 (All Depths) - Install Pipe Sewer - 8 Inch - Bore & Jack w/Pressure Grout - Install Sewer Service - 4 Inch - Install Sewer Service - 4 Inch Service Tap - Install Sewer Service - 6 Inch - Install Sewer Service - 6 Inch Service Tap - Install Manhole - Std. 4 Ft Diam - (to 6 Ft. Depth) - Install Manhole - Standard 4 Ft Diameter - Added Depth (Over 6' Depth) - Install Manhole - Drop - Std. 4 Ft Diam - (to 6 Ft. Depth) - Install Manhole - Drop - Standard 4 Ft Diameter - Added Depth (Over 6' Depth) - Install Manhole - Watertight Insert - Install Collar - Manhole - Install Manhole - Vacuum Test - Services Manhole - Remove Connect to Existing Manhole Interior Manhole Protective Coating Trench Safety System 5 Foot Depth - Install Sewer Service - 4 Inch - 2 Way Clean Out - Install Inspection - Post Construction Cleaning & TV - Study Grass - Sod - Install Dehole - Exploratory Excavation - Study Pavement - 2 Inch Min HMAC on 6 inch Flex Base - Temporary (2001-1C) - Install Pavement - 2 Inch Min HMAC on 2/27 Concrete Base (STR-028) - Install Pavement - (Additional HMAC beyond Trench Width) - Install Curb & Gutter - Install Walk - 4 Ft - Install Driveway - 6 Inch - Install Fill Material - Type B Backfill - Install Concrete - Type "B" (For Miscelieneous Placement) - Install Concrete Type "E" (For Miscelleneous Placement) - Install Concrete Encasement (DA-50) Install Signal - Traffic Control - Design & Provide - Install Storm Water Pollution Prevention Plan < than 1 Ac - Install UNIT QUANTITY LF 12399 LF 360 LF 5472 EA 361 LF 1030 EA 44 EA 61 VF 43 EA 19 VF 42 EA 80 EA 80 EA 80 EA 41 EA 14 VF 136 LF 6825 EA 361 LF 12399 SY 410 EA 21 LF 230 LF 7848 SY 405 LF 533 SF 2150 SF 7200 CY 400 CY 222 CY 222 LF 420 LS 1 LS 1 UNIT PRICE $48.00 $100.00 $25.00 $400.00 $35.00 $550.00 $2,500.00 $150.00 $5,000.00 $250.00 $100.00 $320.00 $175.00 $460.00 $350.00 $200.00 $2.00 $260.00 $4.60 $2.50 $1,150.00 $10.00 $45.00 $10.00 $25.00 $5.00 $6.00 $25.00 $110.00 $110.00 $15.00 $18,500.00 $18,500.00 SANITARY SEWER SUBTOTAL 10% CONTINGENCY TOTAL SANITARY SEWER COST COST $595,152 $36,000 $136,800 $144,400 $36, 050 $24,200 $152,500 $6,450 $95,000 $10,500 $8,000 $25,600 $14,000 $18,860 $4,900 $27,200 $13,650 $93,860 $57,035 $1,025 $24,150 $2,300 $353,160 $4,050 $13,325 $10,750 $43,200 $10,000 $24,420 $24,420 $6, 300 $18,500 $18,500 $2,054,257 $205,426 $2,259,683 City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 6 of 6 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Sanitary Sewer Rehabilitation Contract 85, Council District 2 City Project No. 01504 <List any changes to the Standard Agreement> NONE City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page I of I Il0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 0 a a :.7 a 9 a 16 17 18 19 20 21 22 23 24 25 28 27 28 29 30 23 ITask Name Notice to Proceed Pre-Engi:oonng Data Colleocon Design Pharos Concaptusl Engineering Survey Prepare Conceptual Englneenng Plana 30%Conceptual Plan Submittal Conceptual Flan Review by City Prajea Ravlew Mating Preliminary Engineering Preesre ProlLminary Plans and Specifications 160%) 80% Prebminary Plan Submital Prolosnary Plans and Spamaa/ions RevYew by City Project Review Matting Submit Plan to Uelity Companies Final Englneertng PrePars Preliminary Plans and Spoaficatons (9054) 90 % ProL runary Plan Submittal Final Plans and Spcibcabon Project Renew Mason; Address Final Review Comments Submit Final Plans and Specnicabon (100%) Circulate Plans for Signatures Construction Pnase Pre -Construction Assistance Adverbs* Project Open Bide Prc$ci Award Consuucaon Project San tar• Sewer R enabititadon City Project No 01504 Tack Task Progress Cnbcal Task Cnucat Task Progress Attachment 1lDll Project Schedule Sanitary Sewer Rehabilitation Contract 85, Council District 2 City Project No. 01504 Duration Stan I 1 day Mon 425/11 1 5 days Tue 4126111 10 days Tue 5/3/11 245 days Tue 4/26/11 72 days Tue 426/11 45 days Tue 426/11 60 days Tua 513/11 1 day Tue 726/11 5 days Wed 7127111 1 day Wad 8/3/11 96 days Thu e/4111 60 days Thu 8/4/11 1 day Thu 1027/11 30 days Fri 1028/11 1 day Fri 12/1 /11 1 day Wed 12/14/11 I 78 days Thu11/15/11 45 days Thu 12/15/11 1 day Thu 2/ 16/12 10 days Fn 2/17/12 1 day Fn 3/2/12 10 days Mon 3/5/12 1 day Mon 3/19/12 10 days 181 days 181 days Tue 3/20/12 Tue 413/12 Tue 4/3/12 30 days Tue 4/3/12 1 day Tt 5/15/12 30 days Wed 6/16/12 120 days Wed 627/12 Milestone Summary Rolled Up Task Rolled Up Cagcal Task Finish ICtr2. 2011 1O1 Sr3. 2011 I OIr4,2011 I QIr 1 2012 OIr2 2012 (ktr3 2012 ( Qtr4 2012 I AAApr I May I Jun Jul Aua I Sao Oct 1 Nov I Doc Jan I Fob 1 Mar An/ I May I Jun Jul I Auo I Sea Oct 1 Novi Dec Mon 425/11 1%26 Mon 52/11 /26 6/2 Mon 5/18111 Mon 4/2M2 Wed 813/11 Man 627/11 Mon 7/25/11 Tue 726/11 Tue 82/11 Wed 813/11 Wed 12/14/11 Wed 10126111 Thu 10/27/11 Thu 12/8/11 Fri 12/9/11 Wed 12/14/11 Man412/12 Wed 2/15/12 Thu 2/16A2 Thu 3/1/12 Fn 3/2/12 Fri 3/16/12 Mon 3/19/12 Mai 4/2/12 Tus 12/11/12 Tue 12/11/12 Mon 5/14/12 The 5/15/12 Tue 6/26/12 Tue 12/11/12 IIIII II 1 III eowl 1111111 qVl 6/3 YI` 1 6/3 Ili1 ,Ill 1 11111111 IIIIIIIIIIYYIIII Si IIII 11111 a IIIII 111 IYl!II IIII IIIII111 II IIIIIIIIIIIIIIII!ANllll WiYllli 1110110 6/16 u 1 iIIII Rolled Up Mi estone Rolled Up Progress Spin External Tasks 627 7/25 c0} 726 7/7a.:2 813 pus ildl111 mil mu II 61a 1 lul l 111 IIIIIIIWII 10/26 10/27 10/28 +..asxr 12/8 12/9 i 12/9 12/14 112/14 u,nau Ilulnnlulln1uI11111111ao 12115 6 16 2/17 3/1 32 2 3/6 F'.' 3116 3/19 3/20 "'. 2 Project Summary Group By Summary Deadline 4/3 IW II YII I IYYIIIIWYIIIIIIII III IIIIIIIIIIIIIIIIIIIYYIeIIII IYIYIII IIII IIIIIIIII IYYYI IIYYYYIII II I III 11 11 III 11111111111111111111111111 Y lluOhl 1 II 1111 all I III 11111 I 1 IIYYY9 4 5/16 (,6115 5n6 8127 6/26 \ / c i \ A. \ /' F .\/ \ \�, • i / \ a \ ) : \ ` /-. Se\.\\ \ Y\ / V/ ~v `/ ! ^ \ `. : // . %/` ~ ) \ \ . % \ I '. / I-AJ.WA j.. \ AVE. ✓ - ' / + j-!- 1 T T -7, \\ - / T-T" , - '-1 r 1 r 1 T^1 S T--1- 1 t---•-- ' �-{,a, ,J /! . l t_i 1 ! 1 T -�--1 r :I r . J 1._J. J.1 J Tl l f J�J Tt ,rh , �• rl 1— lT 1T} ! y '1 1- r_ I L1 I , , _._ J ..�J .. ‘ N. . , , g. ' 1-' i T-1 ' 1 -T 1 --1 _2 1 Mc$LE A -7 7 1 r F 1 j—r 1 TT 1 -1 1 __i. ♦ yJ a -_L_ 1 __J- J.- 1— 1 1 t 1 '-1 1 T' 1 an. A _ -L- i- 1 T r 1 �pal T-i to 3 14 ROOSEVEIT t. t" Tj1f 1 T-, 1- 1 n 7 • 7 / \ AN g -1--T 1 1 -1 i T-1 1 S"_'1_" 1- l -1 T- 1 a_. 1 1 uJ ST• L_- �. i _1 1 I; I )71- 1- rl { i r f 1 17- 1 1 "- L_J lip , 1- , x._T i r_ -J i _.. J I 1 L.,.1 *'1�� 1 1'%' -f 1 r 1 T TT, --5- "- T Y-1 7.'1 i i. I .i[ i 1 AYE. I _.1 L. i Li_ L I I J L 1__ 1 1 .I 1 r- 1 1 n i -1 1 -T- 1r T Z L, J_ J1 t_J 1._1 1 1_ J i_ i 1.-1- 1 .1 11 1 1 T 1 1 L 1 T 1 T 1 1 7-7 f - ---I-- -TT ' Y 1 T-7 1 - N 1.3 J y_J , _,, i 1 1 i- f0Jy . J _t._.; 1 i . L i .1.- 1 -J 6 -1---1 1 "T - 1 1 es' -1'=T_ ! i `.'i-- VC 1 1 -T T 7 1=7 _' i NA.41 i A J i J i i J J J i 'rPIEJ J t J! L J L1 , $i' T 1 1 I T r- T TT it i -'-f 1- 1 -1-- T' I 1 --1 t— 1 1 1- 1 1 r r ri 1 r r 1 T, -- 1 -1 ti 1 1 1 1 _ i 1__' i - 1 r r T -1 r r 1--i 1 -r 1- fir-'-- _. —1 ) T 1 1--1 J "1—s 1- L 1 1 " 1 LIOVagJ t p TT 1- fi -J L .LJ } 1 1 COLUMBUS1- 1 T 1 -1 r---T 1 i-1- 1 1 1— 5 I I ;J I J. 1 J �. d_ I T1 1 1 i L_ _.LJ , J a_CI1ESTNUT L-: 1 _ ! _a r--1 1 =1 - -4 1 J._J 1 A1iE L-1193 L1c i 61 PcYC; n 1 _1- 1 _J Li_ -T' 1 T r - - r L_ J r 1 1`1 T 1_ 1_ i !._.1,,_ TA L 1 A 1 1� )dVIINVS m 1 CO 1 1 t----1 0 z 0 z 1 \ / 1 r CO V 1 m L cn • o 0 m 3 0 • N • 3 n 3 1N3WH3d11V PROPOSED SEWER LINE MAPSCO 62 AB,E,F 0 400 1 fir 800 ATTACHMENT E SHEET 2 OF 4 FORT WORT ARS Engineers, Inc. (&71JJ'76'0 Fat (87! JJ'76t% `90F F:a!! P.-GST P;r,'OV Vo F$ 9 SANITARY SEWER REHABILITATION CONTRACT 85 1`\, LO NNE \ ' \ PROPOSED SEWER LINE MAPSCO 62 A. 8, E, F 0 400 4. SANITARY SEWER 1.91 UNE 51. n,t wter— 1' r PROPOSED 8 'PROPOSED UJNE 1 4 1- MIMEMEW 28iH S•H 800 • ATTACHMENT E SHEET 3 OF 4 FORT WORT ARS Engineers, Inc. Sat 1zI r602 >^ lu7) 332-7640 ra ld71 33^7C66 —3°E ?Al' 9rGr,7,2sr.0'r Vo.g-Pm9 REHABILITATION CONTRACT 85 r- f \\ N- ----1 Z'�-- \ i !\ NW NW IORryNE;.1,\ r • -1 Y r 1.. VI. -i, 1 '1 1.- l 1 1 ‘ 1 \l l 1 1 ,'\1 CA \ for- - n 28iH 25JH a sT. PROPOSED SEWER LINE MAPSCO 62 F 0 400 11_ 800 ATTACHMENT E SHEET 4 OF 4 FORT WORT ARS Engineers, Inc. 50 :.^1aa^;i 1611:7 ah fS,713352-1620 '-t la?)32-'686 T9'E ,'a/ . EG.`, a.TQ' VO.c-819 SANITARY SEWER REHABILITATION CONTRACT 85 28TH \— \ ti, \ \ 1,11to \ \ ``, \ , \ ` 28T, ST.\ 27TH PROPOSED e SEWER LINE n d 25TH ST 1 'a 111111 1111 1_111 r J1]11i1 rom- STOCKYARDS BLVD. �`.c )CHANCE AVE_ • 111 ofttc al site 0 .the city of Fort Woexas; FORT WO RT I I COUNCIL ACTION: Approved on 4/5/2011 - Ord. No. 19638-04-2011 DATER 4/5/2011 REFERENCE NO.: **C-24832 LOG NAME: 60SS85-ARS CODE* C TYPE* CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of an Engineering Agreement in the Amount of $175,435.00 with ARS Engineers Inc., for Sanitary Sewer Replacement Contract 85 on 29th Street, 25th Street, Houston Street and Loving Avenue and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $194,435.00 from the Water and Sewer Fund to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund by $194,435.00; and 3. Authorize the City Manager to execute a contract in the amount of $175,435.00 with ARS Engineers Inc , for Sanitary Sewer Rehabilitation Contract 85. DISCUSSION: This project consists of the preparation of plans and specifications for the rehabilitation of sanitary sewer laterals in an area that is generally bound on the north by 29th Street on the south by 25th Street on the east by Houston Street and on the west by Loving Avenue. ARS Engineers Inc., proposes to perform the design work for a lump sum fee of $175,435.00. City staff considers this fee to be fair and reasonable for the scope of services proposed. M/WBE — ARS Engineers Inc., is in compliance with City s M/WBE ordinance by committing to 23 percent M/WBE participation on this project. The City's M/WBE goal on this project is 23 percent. Additionally, ARS Engineers Inc. is a certified M/WBE firm. In addition to the contract amount, $19,000.00 is required for project management, real property acquisition and utility coordination. The project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations, and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. Logname: 6040610C01-SJLOUIS Page 1 of 2 TO Fund/Account/Centers 2) P258 531200 702170150431 2)P258.531200.7021.70150432 2) P258 541100 702170150441 2) F258 531350.702170150442 21P258 531200 702170150451 2) P258 511010.702170150430 1&2) P258476045 7021701504ZZ 2) P258 531200 702170150433 2) P258 531350 702170150473 $41, 270.00 $82,58000 $5 000.00 $24000100 $37 820.00 $10,000.00 $194 435.00 $13, 765.00 $1,000.00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 60S385 ARS AO.doc 603S85-ARS MAP.pdf FROM Fund/Account/Centers 3)P258_531200_7021701.50431 $41,270.00 31 P258 531200. 7021.70150432 $82,580_.00 3) P258 531200 702170150451 $37,820.00 1 PE45 538040.0709020 $1941_435.00 3)P258 531200 702170150433 $13165.00 Fernando Costa (6122) S. Frank Crumb (8207) Rakesh Chaubey (6051) Logname: 6040610C01-SJLOUIS Page 2 of 2 Task No. 1.0 1.1 1.1.1 1.1.2 1.2 1.2.1 1.2.2 1.2.3 1.2.4 1.2.5 1.2.6 1.2.7 1.2.8 Task Description Protect Management Managing the Team Internal Team Meetings QA/QC Communications and Reporting Pre -Design Coordination Meeting Quarterly Project Update Meetings Prepare Baseline Schedule Prepare Monthly Progress Reports Update Monthly Schedule Prepare Monthly MWBE Reports Invoicing Printing & Reprographics 2.0 Conceptual Design (30-Percent) 2.1 Data Collection Communication and coordinate with other 2.2 agencies and City Departments 2.3 City Review Meeting 2.4 Conceptual Design Package 2.4.1 Cover Sheet Develop Plan Sheets With Conceptual 2.4.2 Layout Develop Conceptual Estimate of Probable 2.4.3 Construction Cost Submit Conceptual Design to City for 2.4.4 Review Conduct Review Meeting w/City Develop 2.4.5 Minutes and action Items Receive Permission to Proceed with 2.4.6 Preliminary Design 3.0 Preliminary Design (60 Percent) Development of Preliminary Design 3.1 Drawings and Specifications 3.1.1 Revise Cover Sheet 3.1.2 Develop Index 3.1.3 Develop General Notes Develop Project Control and Monument 3.1.4 Sheet on City Datum Develop Project Easement and R.O.W.. 3.1.5 Sheet (none) 3.1.6 Develop Overall Sewer Layout Sheets 3.1.7 Develop Plan and Profile Sheets 3.1.8 Prepare Standard and Special Detail Sheets 3.1.9 Develop Preliminary Specifications Develop Prliminary Estimates of Probable 3.1.10. Construction Cost 3.2 Constructibilty Review with City 3.3 Meet on -site with City 3.4 Submit Utlity Plans for Utiity Clearence Consult with Other City Department and 3.5 other Agencies on Utiity Locations 3.6 Develop Statndard Traffic Control Plans 3.7 Develop SWPPP Plan Sheet 3.8 Develop SWPPP Plan 3.9 Submit Preliminary Plans to City for Review Conduct Review Meeting w/City Develop 3.10 Minutes and action Items Receive Permission to Proceed with Final 3.11 Design 4.0 Final Design 4.1 Develop 90% Final Plans Develop 90% Final Estimates of Probable 4.2 Construction Cost Develop 9O Final Construction 4.3 Specifications 4.4 Provide Cover Mylar for Signature Basis for Hour Estimate 1 4 1 12 12 12 12 1 Unit Ea Ea Ea Ea Ea Monthly Monthly Monthly Monthly I Ea 1 Ea 4Ea 1 Ea 1 Ea 28ISheet 1 Ea 1 Ea 1 Ea 1 Ea 1 Ea 1IEa Ea Ea Sheet 21Sheet 28ISheet A Sheet 1 Ea 1 Ea 1 Ea 1 Ea 1 Ea 1 Ea 121sheet 121sheet 1 Ea 1 Ea 1 Ea 1 Ea 601 Sheet 1 Ea 1 Ea 1 Ea Travel Total Expense Task Sub Total Reproduction Cost Sol so $10.000 $ol so 1 $01 $01 $oi $01 $01 $01 1 $01 S01 $10,0001 $7,5001 $01 1 $01 $0' $0' $0' $0 $0 $0l $0 $17,500 Sol $7,500 $o $ol Sol so' $o $0 $ol SO $o 30 So $0 50 so $5,000 $4,000 $1,000 $0 so $0 $0 $5,300 $5,300 $o $0 $23,954 $3,273 $5,195 $1,386 $362 $908 $732 $1,210 SO $10,888 $31,409 $1,727 $840 $0 $423 $19,245 $908 $o- 6768 So $42,500 $7,500- $318 $428 $488- $426 $591 $426 $16,582 $1,071 5694 $1,232 $o- $692 $692 $692 $5,000 $4,000 $1,000 $0 $692 So $27.099 $24,013 $870 $2,006 $0 $210 -5.0 Bld Phase 5.1 Bid Support Upload Plans & Specifications into Buzsaw 5.2 in PDF Format Sell Contract Documents and Maintain 5.3 Plan Holders List 5.4 Receive, log and respond to all bidders I questions and request Develop addendas and upload addendas 5.5 in Buzsaw 5.6 Attend Bid Opening Tabulate and Review Bids Received, 5.7 evaluate and make Recommendations 5.8 Mylar Drawings 5.9 Submit Mylar Drawings I I 1 6.0 Construction Phase Services I 6.1 Construction Support I 6.1.1 Attend Preconstruction Conference I 1 6.1.2 Develop Project Exhibits I 4 6.1.3 Attend Public Meeting I 1 6.1.4 Project Site Visits I 2 6.1.5 Submittal Review (None) I Request for Information/Change Order 1 6.1.6 Review (None) 6.1.7 Final Walk Through and Punch List 1 6.1.8 Record Drawings (None) 6.1.9 Construction Survey (none) 7.0 7.1 7.2 7.3 8.0 8.1 8.2 8.3 8.4 8.5 8.5 9.0 9.1 9.2 ROW/Easement Services Right -of -Way Research (None) Right-of-Way/Easement Preparation and Submittal (None) Temporary Right of Entry Submittal (None) Survey Research Horizontal & Vertical control Locate Boundaries & ROW Topographic Survey Utility Survey Deliverables Permltt np TxDOT None) Railroad (None) Totals 1 1 1 1 1 1 1 1 1 J 1 Ea 1 Ea Ea Ea Ea I Ea 1 Ea Sheet Ea Ea Sheet Ea Ea I Ea Ea Ea 1 IEa 1 IEa IEa IEa 1 1 1 12759ILF 12759ILF Ea Ea • • 50 so' $01 so So sot 1 1 1 1 $01 1 1 1 1 1 $o $0 $0 $0 s01 $01 $01 sot s01 • $0 $0 $0 $0 $0 $0 $0 $01 $01 $01 $01 $0; $oi 1 $01 1 $01 $01 I 1 $0 $o, $o' $01 $0 $0 $o $0 $o $0 $0 $40,300 1 Project Summary Total Hours Total Labor Total Expense MWBE Subconsultanti Non-MWBE Subconsuitantl 10% Subconsultant Markupl MWBE Participation' Total Protect Costl $4,835 $546 $370 $916 $546 $692 $694 $525 $546 $3,740 $0 $692 $756 $692 $908 $0 $o $692 so $o $0 $0 $0 $0 $37,820 $2,394 $7,677 $6,578 $8,697 $4,906 $0 $o $o $171,357 747 $131,057 $40,300 $40,300 $o $4,030 23.0% $175,387