HomeMy WebLinkAboutContract 41637 (2)011V SECRETARY
CCITY r� F FORT WORTH, TEXAS CONTRACT NO,�.c_._ `T" . _ --
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
Multatech Engineering, Inc., (the "ENGINEER"), for a PROJECT generally described as:
Water and Sanitary Sewer Replacement Contract 2009, WSM-K.
Article I
Scope of Services
A. The Scope of Services is set forth in Attachment A.
Article II
Compensation
A. The ENGINEI,R'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
AGRF.EfVIENT. 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 Related Design Services
PMO Official Release Date. 5.19.2010
Page 1 of 15
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 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 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 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 Tess 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
i. The CITY shall be included as an insured under the CGL, using ISO
additional insured endorsement or a substitute providing equivalent
coverage, and under the commercial umbrella, if any This
insurance shall apply as primary insurance with respect to any other
insurance or self-insurance programs afforded to the CITY. The
Commercial General Liability insurance policy shall have no
exclusions by endorsements that would alter or nullify:
premises/operations, products/completed operations, contractual,
personal injury, or advertizing injury, which are normally contained
within the policy, unless the CITY approves such exclusions in
writing.
ii ENGINEER waives all rights against the CITY and its agents,
officers directors and employees for recovery of damages to the
extent these damages are covered by the commercial general
liability or commercial umbrella liability insurance maintained in
accordance with this agreement
b Business Auto — the ENGINEER shall maintain business auto liability and, if
necessary commercial umbrella liability insurance with a limit of not less
than $1,000,000 each accident. Such insurance shall cover liability arising
out of "any auto', including owned, hired, and non -owned autos, when said
vehicle is used in the course of the PROJECT If the engineer owns no
vehicles, coverage for hired or non -owned is acceptable.
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 seff 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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5,19,2010
Page 7 of 15
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.
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 fora 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 Engineering 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
specrfications, 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 asks.
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 PROJECTs 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 , 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
Article VII
Attachments, Schedules, and Signatures
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, supersedes all prior written or oral understandings, and may only be changed
by a written amendment executed by both parties. The following attachments and schedules
are hereby made a part of this AGREEMENT:
Attachment A - Scope of Services
Attachment B Compensation
Attachment C - Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
Executed this the 5\5t day of IJ\xkr., 2011.
AlrEST:
Mary Hendrix
City Secretary
Contract Authorization
1. - sat- -s -z-istm-.Ery-. :s_ e- - - —r
Date
At EDA
CITY OF FORT WORTH
_ ,
By: -------anee....42-4
Vc�� Fernando Costa
aoi� Assistant City Manager
o t_i a
0 t-' < ye
g, f PP VAL RECOMMENDED
a) i
JcP •-"A 0 - --)arrAr; ( ,
S. is .. ■ ■
7 S. Frank Crumb, P.F.
Director, Water Department
0 FORM AND LEGALITY MULTATECH ENGINEERING, INC.
Assista ity Attorney
ATTEST:
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5.19.2010
Page 15 of 15
Jac!, A. Otteson, P.E.
Vice President
By:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM•K
CITY PROJECT NO.: 01471
ATTACHMENT A
Scope for Enaineerina Desian Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, WSM-K
CITY PROJECT NO.: 01471
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/ Limits
Council Dist.
Water
Map No.
Meadowbrook Dr.
Avalon Ct. — Watson Dr.
Total Liner Footage
WATER I SEWER
a)
N_
In
X
w
8 2072-392 16"
8 2072-392 12"
a)
Q
0
a.
16"
Length
(LF)
870
12" 10,330
Water 11,200
Council Dist.
Sewer
Map No.
N
N_
in
X
w
a)
Q
2
a
Length
(LF)
8 2072-392 10" 10" 100
8 2072-392 8" 8" 724
Sewer 824
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 4. Final Design
Task 5. Bid Phase Services
Task 6. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey Services
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 1 of 14
TOTAL LINEAR FEET
OF WATER
TOTAL LINEAR FEET OF SEWER
TOTAL LINEAR FEET IN THE PROJECT
WATER
SANITARY SEWER
Engineering Services
Additional Services
Surveying Fee
Total
11200
824
12024
93.15% of Basic Engineering cost
6.85% of Basic Engineering cost
SUMMARY OF TOTAL FEE
WATER
$ 92,786.00 $
$ 11,729.00 $
$ 23,274.00 $
$ 127,789.00 I $
SEWER
11,468.00 $
1,450.00 $
2,876.00 $
15,794.00 I $
BREAKDOWN OF WATER, SEWER AND PAVING FEES (LESS SURVEY FEES):
1. Total Water Fee (Less survey fee) Breakdown
Ia. Concept (30%) (Total fee - survey fee)*0.3
Ib. Preliminary(60%) (Total fee - survey fee)*0.6
Ic. Final (10%) (Total fee - survey fee)*0.1
t1.. Total Sewer. Fee (Less survey fee) Breakdown
a. Concept (30%) (Total fee - survey fee)*0.3
b. Preliminary(60%) (Total fee - survey fee)*0.6
lc. Final (10%) (Total fee - survey fee)*0.1
TOTAL
104,254.00
13,179.00
26,150.00
143,583.00
by concept, preliminay and final design,
$ 31,354.50
$ 62,709.00
$ 10,451.50
by concept, preliminay and final design
$ 3,875.40
$ 7,750.80
$ 1,291.80
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM-K
CITY PROJECT NO.: 01471
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.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at
the end of the project
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare the
design
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements are
appropriately reflected in the designs ENGINEER shall work with regulatory
authorities to obtain approval of the designs and make changes necessary to meet
their requirements, as part of the design scope.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company representative.
ASSUMPTIONS
• 12 MWBE reports will be prepared
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 2 of 14
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSMAK
CITY PROJECT NO.: 01471
• 4 meetings with city staff
• 13 monthly water department progress reports will be prepared
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. 13 Monthly progress reports
D. Baseline design schedule
E 12 Monthly M/WBE Report Form and 1 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 ENGINEER shall 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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 3 of 14
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM-K
CITY PROJECT NO.: 01471
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.
• Proposed phasing of any water and sanitary sewer work that is included in this
project.
• Estimates of probable construction cost.
ASSUMPTIONS
• 3 Geotechnical borings are expected for this project.
• 4 copies of the conceptual design package (30% design) will be delivered.
Drawings will be 11"x17"_
• 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.
• 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 —11" x 17" exhibits consisting of plan exhibits and
cover sheet.
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1. Development of Preliminary Design Drawings and Specifications shall include the
following:
• Cover Sheet
• A Proiect Control Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail, 5/8" Iron Rod); X Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base Z coordinate on City Datum only; descnptive location
(i e set in the centerline of the inlet in the South curb line of North Side Drive at the
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 4 of 14
0
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM-K
CITY PROJECT NO.: 01471
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Overall project easement layout sheet(s) with property owner information.
• Overall proiect 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.
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.
•
•
Bearinas given on all proposed centerlines, or baselines.
Plan and profile sheets which show the following: proposed water and/or sanitary
sewer plan/profile and recommended pipe size, fire hydrants, water service Tines
and meter boxes, gate valves, isolation valves manholes, existing sample
locations, existing fire line locations existing utilities and utility easements, and
all pertinent information needed to construct the project. Legal description (Lot
Nos., Block Nos. and Addition Names) along with property ownership shall be
provided on the plan view. Plan sheets prepared at 1:40 scale.
• 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 nght-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
lateral is changed provisions will be made in the final plans and/or specifications
by the ENGINEER to relocate all service lines which are connected to the existing
main and connect said service lines to the relocated main.
• The ENGINEER will prepare standard and special detail sheets for water line
installation and sewer rehabilitation or replacement that are not already included in
the D section of the CITY s specifications. These may include connection details
between various parts of the project, tunneling details, boring and jacking details,
waterline relocations, details unique to the construction of the project, trenchless
details, and special service lateral reconnections.
3.2. 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. City to provide geotechnical borings and soil
analysis.
3.3. Constructability Review
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 5 of 14
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM•K
CITY PROJECT NO.: 01471
• 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
•
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
• 3 borings at an average bore depth of _15_ feet each will be provided.
• Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an
additional _2project specific traffic control sheets will be developed for traffic
between Oakland Avenue and Rand Avenue.
•
2 sets of _11" x 17"_ size plans will be delivered for the Preliminary Design
(60% design).
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 6 of 14
•
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM-K
CITY PROJECT NO.: 01471
1 sets of specifications will be delivered for the Preliminary Design (60%
design).
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw.
• The CITY's front end and technical specifications will be used. The ENGINEER
shall supplement the technical specifications if needed.
•
12_ sets of _22" x 34"_ size drawings will be delivered for Utility Clearance.
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
DELIVERABLES
A. Preliminary Design drawings and specifications
B. 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 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
the 100% design packages. This estimate shall use ONLY standard CITY bid items.
ASSUMPTIONS
• 1 sets of _22" x 34"_ size drawings and 4 sets of 11" x 17"_ size drawings
and 1 specifications will be delivered for the 90% Design package.
• 1 sets of _22" x 34"_ size drawings and 1 specifications will be delivered for
the 100% Design package.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 7 of 14
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM-K
CITY PROJECT NO.: 01471
A DWF file for the 100% Design will be created from design CAD drawings and will be
uploaded to the project folder in Buzzsaw.
Estimated Sheet List:
Sheet
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
Sheet Title
Cover Sheet
General Construction Notes & Legend
Control Sheet
Water & Sewer General Notes
Water Layout Sheet
Sewer Layout Sheet
16" Water Line P & P Sta. 0+00 - 8+00
16" Water Line P & P Sta. 8+00 - 17+00
12" Water Line (South Line) P &P Sta. 17+00 - 26+00
12" Water Line (South Line) P &P Sta 26+00 - 35+00
12" Water Line (South Line) P &P Sta. 35+00 - 44+00
12" Water Line (South Line) P &P Sta. 44+00 - 53+00
12" Water Line (South Line) P &P Sta 53+00 - 57+00
12" Water Line (South Line) P &P Sta. 0+00 - 8+00
12" Water Line (South Line) P &P Sta. 8+00 - 17+00
12" Water Line (South Line) P &P Sta. 17+00 - 26+00
12" Water Line (South Line) P &P Sta. 26+00 - 35+00
12" Water Line (South Line) P &P Sta 35+00 - 44+00
12" Water Line (North Line) P &P Sta. 44+00 - 53+00
12" Water Line (North Line) P &P Sta. 53+00 - 5700
Sanitary Sewer Line L-1657
Water Line Crossing Details
Water Line Crossing Details
Traffic Control Plan
Traffic Control Plan
Phase I Construction
Phase II Construction
Erosion Control Plan
Erosion Control Plan
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 8 of 14
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM•K
CITY PROJECT NO.: 01471
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
proposed responses to all bidders questions and requests in the form of
addenda The ENGINEER shall upload all approved addenda onto Buzzsaw and
mail addenda to all plan holders.
•
Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
• When substitution prior to award of contracts is allowed in the contract
documents, the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
• Attend the bid opening in support of the CITY.
• 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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08,27,2010
Page 9 of 14
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM•K
CITY PROJECT NO.: 01471
• 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. 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.
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• 45 sets of construction documents will be sold to and made available on
Buzzsaw for plan holders and/or given to plan viewing rooms.
• 10 sets of _11" x 171 size and 20_ sets of _22 x 34'_ size drawings plans
and 20 specifications (conformed, if applicable) will be delivered to the CITY.
• PDF and DWF files will be uploaded to Buzzsaw.
• 1 copy full size (22" x 34") mylar plans (conformed, if applicable) will be delivered
to the CITY.
DELIVERABLES
A. Addenda
B. Bid tabulations
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 10 of 14
C. Recommendation of award
D. Construction documents (conformed, if applicable)
E Conformed mylar plans
TASK 6. CONSTRUCTION PHASE SERVICES
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM-K
CITY PROJECT NO.: 01471
ENGINEER will support the construction phase of the project as follows.
6.1 Construction Support
• The ENGINEER shall attend the preconstruction conference.
• Af4er 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.
• The ENGINEER shall attend the "Final" project walk through and assist with
preparation of final punch list.
ASSUMPTIONS
• 0 RFI's are assumed.
DELIVERABLES
A. Public meeting exhibits
B. Response to Contractor's Request for Information
C. Review of Change Orders
E Final Punch List items
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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 11 of 14
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
• 1 Easement or right-of-way documents will be necessary.
• 12 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 (Le. 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
•
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM-K
CITY PROJECT NO.: 01471
based on available information and recommendations will be made for approval
by the CITY.
7.2. Right-of-Way/Easement Preparation and Submittal.
•
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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 12 of 14
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM-K
CITY PROJECT NO.: 01471
data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations,
location of buried utilities, structures, trees (measure caliper), and other features
relevant to the final plan sheets. Existing drainage at intersections will be verified
by field surveys.
• The minimum survey information to be provided on the plans shall include the
following:
A Project Control Sheet, showing Control Points, used or set while
gathering data Generally on a scale of not less than 1:400:
The following information about each Control Point;
a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a
referred bearing base. Z coordinate on CITY Datum only.
c. Descriptive Location (Ex. Set in the centerline of the inlet in the South
curb line of North Side Drive at the East end of radius at the Southeast
corner of North Side Drive and North Main Street).
Coordinates on all P.0 '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.
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 25 ft. in each
direction.
DELIVERABLES
A. None.
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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
Page 13 of 14
ATTACHMENT A
DESIGN SERVICES FOR
WATER & SAN SEWER REPL CONTRACT 2009, WSM•K
CITY PROJECT NO.: 01471
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.
• 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 14 of 14
ATTACHMENT B
COMPENSATION SCHEDULE
Design Services for
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, WSM-K
City Project No. 01471
Lump Sum Project
I. Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $143,583.00 as
summarized in Exhibit B-3 — Payment of 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 complete the project.
B. The ENGINEER shall be paid monthly payments as described in Exhibit "B-1"
Section 1 - Method of Payment.
Each invoice is to be verified as to its accuracy and compliance with the terms of this
contract by an officer of the ENGINEER
II. Schedule
Final Plans and Contract Documents for bid advertisement shall be submitted within 200
calendar days after the "Notice to Proceed" letter is issued.
A. Design Survey and Conceptual Engineering Plans- 60 calendar days
B. Preliminary Engineering Plans and Contract Documents- 90 calendar days
C. Final Engineering Plans and Contract Documents- 30 calendar days
D. Final Engineering Plans and Contract Documents for Advertisement-20calendar days
ATTACHMENT "B"
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19.2010
Page 1 of 9
EXHIBIT "B-1"
METHOD OF PAYMENT
(SUPPLEMENT TO ATTACHMENT "B")
Design Services for
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, WSM-K
City Project No. 01471
1. Method of Payment
Partial payment shall be made to the ENGINEER monthly upon City's approval of an
invoice from the ENGINEER outlining the estimated current percent complete of the total
project.
The aggregate of such monthly partial fee payment shall not exceed the following:
U ntil satisfactory completion of the Conceptual Engineering plan submittal and approval
by the City, a sum not to exceed 30 percent of the total lump sum fee.
U ntil satisfactory completion of the Preliminary Construction Plan submittal and approval
by the City, a sum not to exceed 60 percent of the total lump sum fee (less previous
payments).
U ntil satisfactory completion of the Final Construction Plan submittal and approval by the
City a sum not to exceed 90 percent of the total lump sum fee (less previous payments).
The balance of the earnings (less previous payments) shall be payable after Pre
Construction meeting for the project has been conducted
II. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Director of the Water Department, monthly progress reports and schedules
covering all phases of design in the format required by the City.
If ENGINEER determines in the course of making design drawings and
specifications that the opinion of probable construction cost of $1.698.950.00 (as
estimated in Exhibit B-5 will be exceeded, whether by change in scope of the
project increased cost or other conditions, the ENGINEER shall immediately
report such fact to the City s Director of the Water Department and, if so instructed
by the Director of the Water Department shall suspend all work hereunder.
EXHIBIT "B-1"
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19.2010
Page 2 of 9
Task
Task 1-
Task 2-
Task 3-
Task 4-
Task 5-
Task 6-
Task 7-
Task 8-
Task 9-
Total
EXHIBIT "B-2"
M/WBE Summary
Design Services for
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, WSM-K
City Project No. 01471
Scope for Engineering Design Related Services for
Water and Sanitary Sewer Replacement Contract 2009, WSM-K
Design Management
Conceptual Design
Preliminary Design
Final Design
Bid Phase Services
Construction Phase Services
ROW/Easement Services
Survey Services
Permitting Services
M/WBE 10% Markup
Total Fee
$ 8,470.00
$29,384.00
$41, 982.00
$15,820.00
$ 8,643.00
$ 2,840.00
$ 3,151.00
$29,360.00
$ 0.00
$ 3,933.00
$143,583.00
M/WBE Consultant:
A.N.A. Consultants, L.L.C. Survey
Trevino Engineering Services 1 Reproduction
Addula Consulting Engineers Geo Technical
Total
Non-M/WBE Consultants:
Total
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19.2010
Page 3 of 9
Services
Services
EXHIBIT "B-2"
M/WBE Fee
$ 0.00
$ 44.00
$ 7,242.00
$ 510.00
$ 5,383.00
$ 0.00
$ 0.00
$26,150.00
$ 0.00
$ 0.00
% M/WBE
0%
0.1%
17.2%
3.2%
62.3%
0%
0%
89.1%
0%
0%
$39,329.00 27.4%
Fee
$26,150.00
$ 6,729.00
$ 6,450.00
$39,329.00
Fee
EXHIBIT "B-3"
HOURLY RATE SCHEDULE
Design Services for
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, WSM-K
City Project No. 01471
POSITION
2010 Standard Rate Schedule
P RINCIPAL
S ENIOR ENGINEER/ARCHITECT
S ENIOR DESIGNER
P ROJECT MANAGER
ENGINEER/ARCHITECT
DESIGN TECHNICIAN
ENGINEER -IN -TRAINING (EIT)/INTERN ARCHITECT
CONTRACT ADMINISTRATOR
CADD/TECHNICIAN
WORD PROCESSING/SECRETARIAL
EXHIBIT "B•3"
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19.2010
Page 4 of 9
LOW
$150.00
100.00
100.00
80.00
80.00
50.00
55.00
75.00
40.00
40.00
HIGH
$250.00
195.00
155.00
155.00
155.00
120.00
110.00
100.00
95.00
75.00
EXHIBIT "B-3A"
SUMMARY OF TOTAL PROJECT FEES
(SUPPLEMENT TO ATTACHMENT B)
Design Services for
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, WSM-K
City Project No. 01471
Firm Prime Responsibility Fee Amount
Prime Consultant
MULTATECH Engineering $104,254.00 72.6
Proposed M/WBE Sub -Consultants
ANA Consultants
Addula Consulting Engineers
Trevino Engineering Services
Non-M/WBE Consultants
Project Number & Name
CPN 01471 WSM-K
Survey Services
Geotechnical Services
Reproduction Services
$26,150.00
$ 6,450.00
$ 6,729.00
18.2
4.5
4.7
TOTAL $ 143,583.00 100%
Total Fee I M/WBE Fee
$ 143,583.00 I $ 39,329.00
M/WBE
27.4%
City M/WBE Goal = 24% Consultant Committed Goal = 27.4%
EXHIBIT "B-3A"
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19.2010
Page 5 of 9
EXHIBIT "B-3B"
TOTAL FEE SUMMARY & DESIGN FEE BREAKDOWN
(SUPPLEMENT TO ATTACHMENT B)
Design Services for
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, WSM-K
City Project No. 01471
A. Summary of Total Fee:
Service Description
Engineering Services
Surveying Services
Geotechnical Services
Total
Water (89%)
$98, 775.00
$23,274.00
$ 5,740.00
$127,789.00
Sewer (11%)
$12,208.00
$ 2,876.00
$ 710.00
$15,794.00
B. Breakdown of Water & Sewer Fee (Less Survey Fee)
1. Total Water Fee (Less Survey Fee )
Breakdown by Concept, Preliminary and
Final Phase
a. Conceptual Phase 30%
b. Preliminary Design Phase 60%
c. Final Design Phase 10%
TOTAL
2. Total Sewer Fee (Less Survey &
Geotechnical Fee) Breakdown by Concept,
Preliminary and Final Design
a. Conceptual Phase 30%
b. Preliminary Design Phase 60%
c. Final Design Phase 10%
TOTAL
EXHIBIT "B-3B"
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19.2010
Page 6 of 9
Water Design
Fee
$104,515.00
$104,515.00
$104,515.00
$104,515.00
Sewer Design
Fee
$12,918.00
$12,918.00
$12,918.00
$12,918.00
Total (100%)
$110, 983.00
$ 26,150.00
$ 6,450.00
$143,583.00
Design Phase
Sub -total
$ 31,355.00
$ 62, 709.00
$ 10,451.00
$104,515.00
Design Phase
Sub -Total
$ 3,875.00
$ 7,751.00
$ 1,292.00
$12,918.00
EXHIBIT "B-3C"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19.2010
Page 7 of 9
EXHIBIT "B-3C-1"
Professional Services Payment Request Project Manager: IRakesh Chaubey P E
Project: Water and Sewer Repl. Contract 2009, WSM-K
City Project#: 01471
City Sec Number:
Purchase Order:
Company Name: IMULTATECH Engineers, Inc
Consultant's PM:
Vendor Invoice #:
Payment Request #:
From Date:
To Date:
Invoice Date:
Sheet
Work Type 1
Work Type 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Richard Contreras
email:
Office Address
Telephone:
Fax:
FAC and Work Type Description
Sanitary Sewer Design
Water Design
Totals This Payment Request
Consultant Instructions:
Summary
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
1.
rcontreresemultatech.com I
2821 West 7th Street, Fort Worth, Texas 76107
817-289-1858
617-877-4245
Agreement Amendment
Amount Amount
Agreement
Amount to
Date
Overall Percentage Complete:
Completed Percent
Amount Completed
LOCK
UNLOCK
($) Invoiced Current
Previously Invoice
Remaining
Balance
EXHIBIT "B-3C-1"
1 of 3
EXHIBIT "B-3C-1"
Professional Services Payment Request Project Manager. Rakesh Chaubey, P.E.
Project: Water and Sewer Repl. Contract 2009, WSM-K
City Project#: 01471
Work Type Desc: SanitarySewer Design consultant Instructions:
F/A/C:
City Sec Number.
Purchase Order.
MULTATECH Engineers, Inc
Company Name:
Fill in green cells including Percent Complete and Invoiced Previously guanities
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
Consultant's PM: Richard Contreras email: rcontreras@multatech.com
Vendor Invoice #: Office Address: 2821 West 7th Street, Fort Worth, Texas 76107
Payment Request #: Telephone: 817-289-1858
From Date: Fax: 817-877-4245
To Date:
Invoice Date:
Pay Items
31 - Conceptual Design
32 - Preliminary Design
33 - Final Design
51 - Preliminary Survey
Description
Totals This Unit:
Agreement
Agreement Amendment Amendment Amount to Completed Percent ($) Invoiced Current
Amount Number Amount Date Amount Completed Previously Invoice
Overall Percentage Complete:
Remaining
Balance
EXHIBIT "B-3C-1"
2 of 3
EXHIBBT "B-3C-1"
Professional Services Payment Request Project Manager. Rakesh Chaubey, P.E.
Project: Water and Sewer Repl. Contract 2009, WSM-K
City Project#: 01471
Work Type Desc: Water Design Consultant Instructions:
F/A/C:
City Sec Number.
Purchase Order.
Company Name: MULTATECH Engineers, Inc
Consultant's PM:
Vendor Invoice #:
Payment Request #:
From Date:
To Date:
Invoice Date:
Pay Items
31 - Conceptual Design
32 - Preliminary Design
33 - Final Design
51 - Preliminary Survey
Richard Contreras
Description
Totals This Unit:
Fill in green cells including Percent Complete and Invoiced Previously Quanities
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
email: rcontreras@o multatech.com
Office Address: 2821 West 7th Street, Fort Worth, Texas 76107
Telephone: 817-289-1858
Fax: 817-877-4245
Agreement
Amount
Agreement
Amendment Amendment Amount to
Number Amount Date
Overall Percentage Complete:
Completed Percent ($) Invoiced Current Remaining
Amount Completed Previously Invoice Balance
EXHIBIT "B-3C-1"
3 of 3
Task No.
Task Description
1.0 Project Management
1.1 Managing the Team
1.1.2 QA/QC
1.2 Communications and Reporting
1.2,1 Pre -Design Coordination Meeting
1.2.2 Prepare Baseline Schedule
1.2.3 Prepare Monthly Progress Reports
1.2.4 Prepare Monthly MWBE Reports
2.0 Conceptual Design (30-Percent)
2.1 Data Collection
Communication and coordinate with other
2.2 agencies and City Departments
2.3 Conceptual Design Package
2.3.1 Cover Sheet
Develop Plan Sheets With Conceptual
2.3.2 Layout
Develop Conceptual Estimate of Probable
2.3.3 Construction Cost
Conduct Review Meeting w/City Develop
2.3.4 Minutes and action Items
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
3.1.6 Develop Overall Sewer Layout Sheets
3.1.7 Develop Plan and Profile Sheets
3.1.8 Prepare Standard and Special Detail
3.1.9 Develop Preliminary Specifications
Develop Prliminary Estimates of Probable
3.1.10. Construction Cost
3.2 Meet on -site with City
3.3 Submit Utlity Plans for Utlity Clearence
Consult with Other City Department and
3.4 other Agencies on Utlity Locations
3.5 Develop Statndard Traffic Control Plans
3.6 Develop SWPPP Plan Sheet
3.7 Develop SWPPP Plan
Conduct Review Meeting w/City Develop
3.8 Minutes and action Items
3.9 Geotechnicallnvestigation
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Official Release Date: 5.19.2010
EXHIBIT "B-3C-2"
Attachment B - Level of Effort Supplement
TASK/HOUR BREAKDOWN
Design Services for
Water and Sanitary Sewer Replacement Contract 2009, WSM-K
City Project No. 01471
Basis for Labor (hours) Expense
Hour Unit Project Project Project ET CADD Administrative Total Labor Subconsultant Total Expense Task Sub Total
Estimate Director Manager Enoineer Cost Travel Reproduction Cost
$150 $130 $120 $110 $70 $50 MWBE Non-MWBE
5 56 2 0 - 0 4 $8,470 $0 $0 S0 S0 S0 $8,470
4 Ea
1 Ea
1 Ea
13 Monthly
13 Monthly
97 Ea
4 Ea
1 Ea
16 Sheets
1 Ea
2 Ea
1 Ea
3 Ea
2 Ea
1 Ea
1 Sheet
1 Sheet
16 Sheets
2 Sheets
1 Ea
1 Ea
1 Ea
1 Ea
2 Ea
2 sheets
2 sheets
1 Ea
1 Ea
1 Ea
4 8
1 1 1
10
24
• 13
1
1 44 130 20
2 42 40
1 8 4
1
13 80 20 40
12 2
2
1
36 165 14 124.57
1
4 1
1 16 10 8
4 12
20 50 57
8 16
12
24 1
3
6
24
1
16
B 8
4
2 2 1
1
$1,640 $0 $1,640
$400 $0 $400
$1,420 $0 $1,420
$3,120 $0 $3,120
4 $1,890 $0 $1.890
0 $29,340 $44 50 50 $0 $44 $29,384
$8,100 S0 $8,100
$1,670 S0 $1,670
$200 SO $200
516,290 $44 344 $16,334
$1.800 $0 $1,800
$1,280 $0 $1,280
0 $34,740 $7.242 $0 $0 50 57,242 $41,982
$0 $0
$190 50 $190
$260 $0 $260
$190 $0 $190
$630 $0 $630
$3,710 S0 $3,710
$1,320 s0 $1.320
312,560 $161 $161 $12,721
52.080 SO $2,080
$1,440 SO $1.440
$2,950 $0 $22950
$620 $100 $100 $720
$330 $531 $531 $861
$1,760 $0 $11760
$4,000 50 $4.000
$1,520 $0 $1.520
$480 $0 - $480
$570 $0 $570
$130 56,450 $6,450 $6.580
EXHIBIT "B-3C-2"
1 of 2
EXHIBIT "B-3C-2"
Task No.
Task Description
Attachment B - Level of Effort Supplement
TASK/HOUR BREAKDOWN
Design Services for
Water and Sanitary Sewer Replacement Contract 2009, WSM-K
City Project No. 01471
Basis for Labor/hours) Expense
Hour Unit Project Project Project Total Labor Total Expense
Estimate Director Manager Enaineer EIT CADD Administrative Cost Subconsultant Travel Reproduction Cost Task Sub Total
$150 $130 $120 $110 $70 $50 MWBE Non-MWBE
4.0 Final Design 1 12 68 24 40 ' 0 $1910 6510 S0 So $0 . 5510 $15,820
4.1 Develop 90% Final Plans 25 Sheets 1 . 10 40 24 40 $11,690 $319 $319 312,009
Develop 90% Final Estimates of Probable
4.2 Construction Cost 1 Ea ..1 12 $1:570 $0 31.570
Develop 90% Final Construction
4.3 Specifications 1 Ea
5.0 Bid Phase
5.1 Bid Support 1 Ea
Upload Plans & Specifications into Buzsaw
5.2 in PDF Format 1 Ea 2 1 $310 $38 $38 - ' $348
Sell Contract Documents and Maintain
5.3 Plan Holders List 1 Ea 2 2 4 $700 $4,877 $4,877 $5.577
Receive, log and respond to all bidders
5.4 questions and request 1 Ea 2 4 5740 S0 $740
Develop addendas and upload
5.5 addendas in Buzsaw 1 Ea 1 4
5.6 Attend Bid Opening 1 Ea 1
Tabulate and Review Bids Received,
5.7 evaluate and make Recommendations 1 Ea 5 $650
5.8 Mylar Drawings 25 Sheets 1 $130 $468
6.0 Construction Phase Services 2 10 8 0 4
6.1 Construction Support
6.1.1 Attend Preconstruction Conference 1 Ea 1 1
6.1.2 Develoe Project Exhibits 1 Sheet 1 4
6.1.3 Attend Public Meeting 1 Ea 1 2 1
6.1.4 Project Site Visits & Notes 3 Ea . 1 4 4
6.1.5 Final Walk Through and Punch List 1 Ea 2 2
1 16 $2,050 $191 $191 $2.241
0 11 13 0 1 4 $3,260 $5,383 50 50 SD $5,383 $8,643
$610 S0 $610
$120 $0 $120
$0 $650
5468 $598
0 $2,840 S0 $0 $0 $0 S0 $2,840
S0 $0
$250 s0 $250
$410 50 $410
$530 $0 $530
$1,150 $0 $1s150
$500 $0 $500
'7.0 ROW/Easement Services 0 3 5 17.1 4 0 $32151 $0 $0 $0 $0 $0 $31151
7.1 Right -of -Way Research 1 Ea 1 2 2 $590 $0 $590
Right-of-Way/Easement Preparation and
7.2 Submittal 2 Ea 1 1 15 $1.911 $0 $1,911
7.3 Temporary Right of Entry Submittal 3 Ea 1 2 4 $650 $0 $650
8.0 Survey 0 ' 1 : 0 0 44 ' 0 $3,210 $26,150 SD ED $0 S26,150 $29,360
Develop and submit Right of Entry letter for
8.1 survey 4 Ea $0 $350 $350 $350
8.2 Conduct Survey - Water 6200 If (rD $2.59/1f 6200 LF $0 $16,052 $16,052 316.052
8.2.1 Conduct Survey -Sewer 824 If rat $1.93/H 824 LF $0 $1,588 $1,588 $1,588
8.3 Prepare Base Map 6200 LF 32 $2.240 $8,160 $8,160 $10400
SA1 einporary rognt of tntry bumm�tai 4 to 1 12 $9/0
$ll �9rU
Totals 9 173 .391 75.1 298.57 8 5100,321 $39,329 $0 $0 $0 $39,329 $139,650
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Official Release Date: 5.19.2010
Project Summary
Total Hours 955
Total Labor $100,321
Total Expense $39 329
MWBE Subconsultant $39,329
Non-MWBE Subconsultant $0
10% Subconsultant Markup $3,933
MWBE Participation 27.4%
Total Project Cost $143,583
EXHIBIT "B-3C-2"
2 of 2
EXHIBIT "B-3D"
SUMMARY OF SURVEY FEE
(SUPPLEMENT TO ATTACHMENT B)
Design Services for
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, WSM-K
City Project No. 01471
Service Description
Surveying Fee
Total
City of Fort Worth, Texas
Attachment 8
PMO Official Release Date: 5.19.2010
Page 8 of 9
Water
$23,274.00
1 $23,274.00
EXHIBIT "B-3D"
Sewer
$2, 876.00
$2,876.00
Total
$26,150.00
i
1 $26,150.00
EXHIBIT "B-3E"
(SUPPLEMENT TO ATTACHMENT B)
Design Services for
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009, WSM-K
City Project No. 01471
FEE FOR REPRODUCTION SERVICES
Task Description
Task 2. Conceptual Design (30%)
2.4.4 I Conceptual Plans (11" x 17") 30%
Task 2 Sub -Total
Task 3. Preliminary (60%)
3.1
3.1
3.1
3.2
Preliminary Plans (11"x17") 60%
Specifications 60%
Geotechnical Report
Constructability Review (11" x 17")
3.4 Utility Clearance
Task 3 Sub -Total
Task 4. Final Plans (90% & 100%)
4.1 Const. Plans (22" x 34") 90%
4.1 Specifications 90%
4.1 Const. Plans (11' x 17") 90%
4.3 Const. Plans (22' x 34") 100%
4.3 Specifications 100%
4.4 Mylar Cover (22" x 34")
Task 4 Sub -Total
Task 5. Construction Documents
5.2 PDF/DWF Const. Documents
5.3 Const. Plans (22" x 34")
5.3 I Specifications
5.3 Const. Plans (11" x 17")
5.8 Final Mylars (22' x 34")
Task 5 Sub -Total
Total Reproduction Cost
Sub -Total Water (89%)
Sub -Total Sanitary Sewer (11%)
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 5.19,2010
Page 9 of 9
$/Sht
Sets
$0.65 4
$0.64
$0.14
$0.16
$0.64
$1.57
$1.57
$0.14
$0.64
$1.57
$0 14
$18.00
$38.00
$1.65
$0.19
$0 64
$18.00
3
2
5
6
13
2
3
6
2
2
1
1
45
45
10
1
Pages/Set
17
26
325
25
26
26
26
325
26
26
325
1
1
26
325
26
26
Sub -Total Total/Task
$44.00
$50.00
$91.00
$20.00
$100.00
$531.00
$82.00
$137.00
$100.00
$132 00
$82.00
$18.00
$38.00
$1 931.00
$2 779.00
$167.00
$468.00
$44.00
$792.00
$510.00
$5,383.00
$6,729.00
$5,989.00
$ 740.00
EXHIBIT "B-3E"
1
EXHIBIT "B-4"
DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009
WSM-K
City Project No. 01471
ESTAMATED OPINION OF PROBABLE CONSTRUCTION COST
Sub -Total
10% Contingencies
Total
Meadowbrook Drive
Avalon Court to Watson Drive
I Water Improvements
$1,379,265.00
I% Water Estimated Construction Cost
% Sewer Estimated Construction Cost
$137,926.50
$1,517,191.50
Sanitary Sewer Improvements Total
$167,482.00 $1,546,747.00
1
$14,276.001 $152,202.50
$181,758.00I $1,698,949.50
•
EXHIBIT "B-4"
EXHIBIT B-A
Bid Items
Item No
1
2
3
4
5
6
7
B
9
10
11
12
13
14
15
16
17
Sub Group
Water -Distribution
Water -Distribution
Water -Distribution
Water -Distribution
Water -Distribution
Water -Distribution
Water-Distnbuuon
Water -Distribution
Water -Distribution
Water -Distribution
Water -Distribution
Water-Distnbution
Water -Distribution
Water -Distribution
Water -Distribution
Water -Distribution
Water -Distribution
18 Water -Distribution
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
4B
49
Water -Distribution
Water -Distribution
Water -Distribution
Water-Distnbuuon
Water -Distribution
Water -Distribution
Water -Distribution
Water -Distribution
Water-Distrbution
Water -Distribution
Water -Distribution
Water -Distribution
Water -Distribution
Water -Distribution
Server -Collection
Street -Paving
Street -Paving
Street -Paving
Water -Distribution
Water -Distribution
Water -Distribution
Water -Distribution
Street -Paving
Street -Parkway
Street -Paving
Street -Paving
Street -Parkway
Street -Paving
Traffic -Sign
Drainage -Major
Street -Paving
CPMS Record Number
BID-00596
BID-00592
BID-00591
BID-00590
BID-00618
BID-00616
BID-00605
BID-00719
BID-00717
BID-00749
BID-00745
BID-00735
BID-00713
BID-00743
BID-00762
BID-00763
BID-00758
BID-00763
BID-00550
BID-00553
BID-00759
810-00764
BID-00768
BID-00568
BID-00569
BID-00546
BID-00548
BID-00620
BID-00720
BID-00547
BID-00587
BID-00372
BID-206
BID-00430
BID-00443
BID-00458
BID-00837
BID-00839
BID-00840
BID-00545
BID-00424
BID-00402
BID-00474
BID-00426
BID-00404
BID-00473
BID-01189
BID-00099
BID-01000
DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009
WSM-K
City Project No. 01471
WATER IMPROVEMENTS
Material
Concrete
Iron
PVC
Iron
PVC
PVC
PVC
Iron
Iron
Iron
Iron
Iron
Copper
Iron
Assembly
Assembly
Copper
Copper
Polyethylene
Polyethylene
Copper
Copper
Steel
Iron
Iron
Iron
Iran
ServiceCS
ServiceCS
ServlceCS
Other
Sewer -
Collection
SeMceCS
Asphalt
Asphalt
Concrete
Concrete
Concrete
Rock
Soli
ServiceCS
SeMcasCS
ServiceCS
Concrete
Concrete
Concrete
SeMcaCS
SeMcesCS
Other
Description
Pipe-Pressure-24 Inch -Install
'Pipe-Pressure-16 Inch -Install
Pipe-Pressure-12 Inch -Install
Poe-Pressure-12 Inch - Install
Pipe-Pressure-8 Inch - Install
Pipe-Pressure-6 Inch - Install
Pipe-Pressure-4 Inch -Install
Valve-16 Inch -Gate- wNault - Install
Valve-12 Inch -Gate Valve w/Box - Install
Valve-8 Inch -Gate Valve w! Box (WTR-002) - install
Valves Inch -Gate w/Box - Install
Valve-4 Inch -Gate Valve w/Box - Install
Valve-1 Inch-Nr 8 Vacuum Release - Install
Valve-6 Inch -Blau Off w/Sump Manhole - Install
Water Service-1 Inch Tap to Main (D-52 5) - Install
Water Service-2 Inch -Tap to Main - Install
Water Service-1 Inch (D-52 7) - Install
Water Service-2 Inch - Install
Meter Box- Class A (WTR-025) - Instal/
Meter Box -Class B - Install
Water Service-1 Inch (D-52.7) - Relocate
Water Service-2 Inch - Relocate
Water Service - 2 Inth Temporary (D-52.8) - Install
Pipe Fittings- Less Than 16 Inch DI Pipe - Install
Pipe Fittings-16 Inch or Larger DI Pipe - Install
Fire Hydrant - Install
Fire Hydrant -Barrel 8 Stem Extension - Install
Pipe -Pressure -Extra Depth > Then 1 Ft - Install
Valve-16 Inch -Gate wNault - Remove
Fire Hydrant - Remove
Pipe -Pressure - Abandon
Trench Safety System 5 Foot Depth - Install
Manhole - Remove (Blow OH & ARV)
Pavement - Install, HMAC Pavement beyond Trench Width
Pavement-2 Inch Min HMAC on 227 Concrete Base (STR-028) - Install
Pavement -Concrete on 2/27 Concrete Base (STR-031) - Install
Concrete - Type B (for Miscellaneous Placement) - Install
Concrete - Type E (for Miscellaneous Placement) - Install
Fill Material -Ballast Stone
Fill Material - Type B Backfi l - Install
Curb 8 Gutter - Remove
Driveway - Remove
Pavement -Valley Gutter - Remove
Curb 8 Gutter-7 Inch w/18 Inch Gutter - Install
Driveway-6 Inch - Install
Pavement -Valley Gutter - Install
Signal -Traffic Control - Design 8 Provide - Install. for Entire Project
Storm Water Pollution Prevention Plan Less then 1 Ac - Install
Pavement Marking -Crosswalk 24 Inch Preformed Polymer Tape - Install
Unit of
Measure
Linear Foot
Linear Foot
Linear Foot
Linear Foot
Linear Foot
Linear Foot
Linear Foot
Each
Each
Each
Each
Each
Each
Each
Each
Each
Linear Foot
Linear Foot
Each
Each
Each
Each
Lump Sum
Ton
Ton
Each
Vertical
Foot
Linear Foot
Each
Each
Linear Foot
Linear Foot
Each
Square
Yard
Linear Foot
Square Foot
Cubic Yard
Cubic Yard
Cubic Yard
Cubic Yard
Linear Foot
Square Foot
Square
Yard
Linear Foot
Square Foot
Square
Yard
Lump Sum
Lump Sum
Linear Foot
Quantity
20
870
10210
160
400
100
10
3
14
13
7
1
11
e
83
13
300
280
83
13
21
4
1
13
2
7
7
100
3
7
100
200
9
600
12,500
15
10
10
20
5,000
200
600
30
200
600
30
1
1
80
Unit Price
$ 75 00
$ 3700
$ 54 00
s 26 00
250 00 $
2300
$ 3000
$ 12,000 00
1,800 00
1,200 00
750 00 $
650 00 $
3,50000 $
2,80000 $
400 00 $
800 00 $
16.00 $
26,00 $
175 00 $
300.00 $
500 00 $
600 00 $
30,000 00 $
4,09000 $
5,000.00 $
2,60000 $
35000 $
1000 $
5,50000 $
400.00 $
5.00 $
100 $
1,10000 $
32 00 $
32 00 $
80.00 $
10,00 $
10 00 $
1000 $
15 00 $
1,00 $
2.00 $
500 $
27,00 $
12.00 $
9000 $
15,000,00 $
5,000 00 $
3500 $
Your Bld
5,000.00
65,250.00
377,770.00
8,640 00
10,400.00
2,300_00
300.00
38,000.00
25,200.00
15,600.00
5,250.00
650.00
38,500.00
226400.00
33,200.00
106400.00
46600.00
7,280.00
146525.00
3,900.00
10,500.00
21400.0D
30,000.00
52,000.00
10,000.00
186200.00
2,450.00
1,000.00
166500.00
2,800.00
500,0D
200.00
9,900.00
19,200.00
400,000.00
1,200.00
100.00
100.00
200.00
75,000.00
209.00
1,200.00
150,00
6,400.00
7,200.00
26700.00
15,000.00
56000.00
26500.00
EXHIBIT'B-4A"
Total Bid (Unit I -Water Line Improvements)
S 1,379,265.00
EXHIBIT " B-48"
Bid Items
Item Ho
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
Sub Croup
Sewer -Collection
Srn cr-Co±IKtion
Sewer -Collection
Sewer -Collection
Sewer -Collection
Starr -Collection
Sewer -Collection
Stwer-Collection
Sewer -Collection
Sewer -Collection
Sewer -Collection
Se wet -Collection
Sewer -Collection
Sew... Collection
Sewer -Collection
Sewer -Collection
Sewer -Collection
Street -Parkway
19 J Walkway -Sidewalk
20
21
22
23
24
25
26
27
28
29
SUett-Prang
Street -Parkway
Wa xway-Side valk
Street-PaYing
Street -Paving
Street -Pacing
Water-Disubutlon
Water -Distribution
Street -Paving
Sewer -Collection
Drainage -Major
I
CPMS Record Number
BID-00351
B1400332
BID-00228
BID-00355
BI0-00354
BID-00355
BID-00207
BID-00213
81 D-00208
81D-00214
81D-00372
BID-00193
BID-00211
BID-0)217
BID-00201
BID-00202
BID-00206
BID-00402
BID-00529
BID-0D424
BID-00404
BID-00530
BID-00425
B1D-00442
BID-00443
BID-00545
810-00337
BID-00493
81D-00841
BID-00118
Material
PVC
Iron
PVC
Other
PVC
PVC
Concrete
Concrete
Conuete
Concrete
ServiceCS
Concrete
ServiceCS
5ert'.:eCS
Serv4ceCS
StrviceCS
ServiceCS
ServiceCS
ServiceCS
ServiceCS
Concrete
Concrete
Concrete
Asphalt
Asphalt
Solt
Concrete
Rock
Concrete
Concrete
DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2009
WSM-K
Csty Project No. 01471
SAN(TARY SEWER IMPROVEMENTS
De sctlptbn
I Pipe-Sewer-8 Inch - SDR35 (Alt Depths) - Install
Pipe-Sewer-8 Inch - DIP (Aft Depths)' Intuit
Pipe-Sewer-10Inch-SDR26 (Al Depths)
Sewer Service-4 Inch Serv!ce Tap - Install; (0-28)
Sew-tr Strike-4 Inch - Instal, (D-28)
Sewer Service-4 Inch-2 Way Clean Out (D-61)-Install
).1anh_le-Drop-Std 4 Ft Diam-(to 6 Ft depth) a• Install
Manhole-Std 4 Ft Diam-(to 6 Ft Depth) (D-27)-Install
Manhole-Drop-Std 4 Ft Diarn-Added Depth (over 6 Ft Depth)' install
+Manhole-Std 4 Ft Dam -Added Depth (over 6 Ft Depth) - Install
JTrenth Safety System 5 Foot Depth - Install
IColtar-Manhole-32 Inch -Frame & Cover (SAN-0 i9) - Instal
Manhole -Paint & Coaling -Interior Protective Coating ` Install
Manhole Vacuum Test (0-36) - Services
Inspection -Post Construction Cleaning & TV (D-38) - Study
Inspection-Preconstruction Cleaning & TV (0-35) - Study
Manhole (0.29)I) - Remove
Driveway - Remove
walk -Remove
Curb & Gutter - Remove
Driveway- 6 inch - Install
Walk-4 Ft - Install
Curb & Gutter-7 Inch w/it Inch Gutter -lnsulf
Pavement-2 Inch HMAC on 6 Inch Flex Base -Temporary (STR-030) - Install
Pavement-2 Inch Min HMAC on 2/27 Concrete Base (STR-028) - Install
fFill Material - Type B BackfdI - Install
'Concrete - Type 8 (for MiscePaneout Placement) - lnitail
ISubgrade-Crushed Limestone - Install
IConcrete-Encasement (OA-S0) Install
14' Sq Storm Dramn MH
Unit of
Measure
fUnear Foot
IUnear Foci
ILinear Foot
I Each
IUnear Fool
I Each
I Each
I Each
IVortical Foot
(Vertical Foot
IUnear Foot
IEach
IVertical Foot
I Ea:h
IUnear Foot
IUnear Foot
I Each
Square Fool
Square Foot
Linear Foot
Square Foot
Square Foot
Unear Fool
Unear Foot
Unear Foot
Cubic Yard
Cubic Yard
Cubic Yard I
+I Unear Foot ))I
I Each I.
L-1653
L4:768
374
350
1CtJ
2
20
2
2
4
2
2
850
6
16
6
824
824
2
1020
2580
680
1020
2580
. 680
40
200
732
40
5
5
Misc
Your Unit
Q.:antiry Price Your Bid
374 I $ 42.00 $ 15,708.00 I
350 f $ 85.00 $ 29,750.00
103 $ 78.00 $ 7,300.00
2 $ 350.00 $ 700.00I
20 $ 29.00 $ 580.00
2 $ 4J0.W $ 800.00
2 $ 3,00a00 $ 6,000-00
4 I $ 2.500_ 00 $ 10,000.00
2 I $ 300.00 $ 600.00
1 $ 225.00 $ 450.00
850 $ 1.00 $ 450.03
6 $ 350.00 $ 2,100.00
16 II $ 200 00 $ 3,200.00
6 1 5 300.00 $ 1,800.00
824 J $ LSO $ 1,236.00
824 $ 2.00 $ 1,6411.00
2 $ 600.00 $ 1,200.00
1,020 $ 5.00 $ 5,100.00
2,550 5 3.00 $ 7,740.00
680 $ 2.00 $ 1,360.00
1,020 $ 12.00 $ 12,240.00
2,530 $ 6.00 $ 15,450.00
680 $ 25.00 $ 17,000.00
40 $ 19.00 $ 760.00
200 $ 39.00 $ 7,800.00
732 $ 15.00 $ 10,980.00
5 I $ 10.00 $ 50.00
5 I $ 10.00 $ 50.00
40 $ 25.00 $ 1,000.00
1 I $ 3,500.00 $ 3,600.00
Total Bid (Unit II - Sanitary Sewer Improvements)
$ 167,482.00
EXHIBIT -8.4B-
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Water & Sanitary Sewer Replacement Contract 2009, WSM-K
City Project No. 01471
List any changes to the Standard Agreement
NONE
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Pagel oft
WATER & SAN. SEWER REPLACEMENT CONTRACT 2009, WSM-K
CPN: 01471
ID Ei (Task Name
1 Consultant Selection Process
2 a City to Provide Info on New Contract
3
8
9
10
11
12
Consultant to Prepare Design Proposal
Negotiate Fee and Scope for Design
Draft Project Agreement Preparation
M&C Process - Design
Execute Contract for Design
Conceptual Design
Issue Notice to Proceed
13
14
15
16
17
18
' 19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
I Duration I Milestone I Physical % I
Complete
110 days Yes 01/4
10 days No 0%',
15 days No 0*30 days No
65 days No
45 days No
10 days No
153 days
0 days
Pre -Design Coordination Meeting 5 days
Topographic Survey 30 days
Prepare 30% Conceptual Engineering Plans j 60 days
Submit Preliminary 30%Conceptual Engineering Plans
Preliminary 30% Review (CFV1)
0 days
14 days
Incorporate 30% Review Comments Into Conceptual Engir 30 days
No
Yes
No
No
No 0%
Yes
No
No
Submit Final 30% Conceptual Plans 0 days Yes
CFW Review 14 days
I
Address City Comments 30 days No
Submit Final 30% Conceptual Engineering Plans 0 days Yes
Preliminary Design
Geotechnical Investigation
Prepare 60% Preliminary Plans & Specifications
Constructabifty Review Meeting
Submit 60% Preliminary Plans and Specs
CFW Review
60% Project Review Meeting (CFW)
Field Ops Review Meeting
Issue Preliminary Plana for Utility Clearance
Incorporate 60% Review. Field Ops & Constructability Coo
Prepare Neighborhood Meeting Mailing Ust
Neighborhood Meeting
Submit 60% Review Plans & Spec
Review 600/, Plans & Specs (CFVV)
Incorporate Review Comments
35
36
37
38
39
40
41
42
43
44
45
EXHIBIT "D"
Start I Finish (Predecessors
Fri9/10/10 Thu 2/10/11
Fri 9/10/10i Thu 923/10:
Fri 9/24/10 Thu 10/14/10 2
0% Fri 10/15/10 Thu 1125/10 3
0% Fri 1126/10 Thu 2/10/11
0% Fri 1126/10 Thu 127/11:4
0% Fri 128/11 Thu 2/10/11;6
0% Thu 2/10/11 Tue 9/13/11;7
0% Thu 2/10/11 Thu 2/10/11;
0% Fri 2/11/11 Thu 2/17/1110
0%1 Fri2/11/11 Thu324/1110
Fri 2/18/11 Thu 5/12/11 11
0% Thu 5/12/11 Thu 5/12/11 13
0% Fri 5/13/11i Wed 6/1/11'14
0%W Thu 62/11 ' Wed 7/13/11 i 15
0% Wed 7/13111 Wed 7/13/11116
No 0% Thu 7/14/11 Tue 82/11i17
0%; Wed 8/3/11 Tue 9/13/1118
0%i Tue 9f13/11: Tue 9/13/11119
179 days No 0% d 9/14/11 Man 5/21/1220 — —
' 45 days . No 0% Wed 9/14/11 Tue 11115/11:20
60 days No 0% Wed 9/14/11; Tue 12/6/11'20
0 days Yes 0%; Tue 12/6/11! Tue 12/6/11;24
0 days Yes —0% Tue 12/6/1 Y Tue 12/6/11 25
14 days No 0%: Wed 12/7/11: Mon 1226/1126
1 day No 0% Tue 1227/11 Tue 1227/11 27
0 days Yes 0%' Tue 1227/11 Tue 1227/1128
2 days No 0%. Wed 1228/11' Thu 1229/11 29
i
60 days No 0%i Wed 1228/11'i Tue 320/12:28,29
2 days No 0%i Wed 3/21/12, Thu 322/12131
0 days Yes 0%1 Thu 322/12 Thu 322/12'32
0 days Yes 0%; Tue 3/20/12 Tue 320/12'31
Final Design
Prepare 90% Final Plans & Specifications
Submit 90% Final Plans & Specifications for Review
CFW 90% Review
Final 90% Review Meeting
Incorporate 90% Review Comments
Submit 90% Final Plans & Spec
Approve Final Plans & Specifications and Route for Signet'
Project Contract 2009 WSM-K
Date: Wed 10/13/10
Task
Split
14 days No 0%i Wed 3/21/12 Mon 4/9/12'34
30 days No Tue 4/10/12 Mon 521/12I35
103 days No 0%. Tue 5/22/12
45 days No Q% Tue 522/12
0 days Yes 0% Mon 723/12
14 days No 0%
0 days Yes 0%
30 days No OJ:
0 days Yes 0%
14 days No 0%.
u, ;;;;;;, Hi; Progress
Tue 724/12I
Fri 8/10/12
Mon 8/13/12i
Fri 921/12:
Mon 924/12.
Milestone •
Thu 10/11/12' —_
Mon 723/12;36
Mon 723/12:19
Fri 8/10/12'40
Fri 8/10/12 41
Fri 921/1242
Fri 921/12'43
Thu 10/11/12:44
Summary
Project Summary
Aug
Seo'I Oct' I Nov 'I Dec 'IJan 'I Feb I Mar' IAor'
Cr v 4/10
Mav
Jun'
Jul '1
Aua'
Sea 1 Oct'
Extemai Tasks L..-..,_.,__aa_..,._,._d Deadline
External Milestone 0
Nov'
Dec
Jan'
Feb 1 Mar'I Aor'
Mav'
Jun' I Jul 1
Aua'
Seo 1 Oct'
Nov'
Page 1
PARK
3
3
5
•
tl
3
111111
avit
n
1'j1$__
• ♦ 3 . 5 .
] u
2
b _ A
� n n
1 0
• � 10
c
5
0
a
6
6
Nisd
Ea
Ea
7
6
]0
NA
0 2
0
El
4
5 6 >
• 3 2
6
3
•0
5A
S6
6
,13
60
6A
Nig
6• >1
. M
6
e
10"
v
20" 2
3
0
15
•
3
•
6
6
0'01
0
A EAST
10"
IA
r
2
3
4
6
MEM
20'
4
T
MEADOWBROOK
1_ A W
MF,ADOWBROOK
%ill3f♦ISIai>I
>SP
1. 73
TR )0
6
Al
A2
2° 63
TR el
ENW000
2
3
TR 00
M1 ADO
OE6
I• u
z
10
5
2
I3
13
1I2
L
1RA
OR.
2
3Q•
•
13
1
9
14
13
12
11.
111
I6
]0
)
6 Q
4
5
6
•
•
i
.3
3
A
6
C
o
°4
2
D
7 13
) •
N
• 2 3.111
5 2
e 3 e 7 •
3T
3
•
• 3 •
6"
0
0
A
60
1
8 NOPMAeIDY
°
40.
1.
I.A.17
4 2
K
r
1r
5600 LF EX. 12" WATER
LINE TO BE REPLACED
6)-
w2
TIC
CO
o h
YSte
3•A
,an
K N
350
n.
2 3 . 5 6
1.
A
0
0
+
OR
Lie
AC to
MEADOWBROOK ELEMENTARY
SCHOOL
•
1
5
CT
6
TR °
Lt
I. CASTER
TR
••
TRS 72.74.0 75
4
2
5
6
•
]a TR A3A
40A TR
TR •5
TA
•6
2
3
TR •W
TR ♦0C
TR am
TR ♦11C
TR 440
3
4
IA 13n0 nA
► 0PR1S
2
A
+ T. n
1
2
3
4
5
6
3
0
)
6
TR St
AVE_
20
6
tl
•I
3
TR 7C
IC
'0
6
TR 69
1
TR 55
TR 54
R 5.A
40
AC
TR 52
35A
TR 130
AVE•
11
TR1W
n
2
3
TR5 6"
a
r
0•f 4 ]
3
5 I 1. •
• ]Pl
5
44. 666 3.4
1R 66
CI
C2
TR S O�0
TR 566
0
C.3
0
4
TR•2
a.7C 2
3 A
0 c
a
4
t A ° Je �r
^`
5600 LF EX. 12" WATER
LINE TO BE REPLACED
t 6)
2
3
5
0
2
6
6
11
12
10"
1 z 1
u e
1R 516
TO 33
0
TR 3A
TR 330
TR 33C
O
26
]C
ORM
0
A°
P TR TR TP 35 1P TR
14 34A34AI 36 Srd 370
1P 3•C
L.NCASTER
3
1.
XIC
i
I
_ 'y
]
4
5
60
K
19
4
'�
23
♦
III
5
67
0
)
I
C
0
I]]♦
mot
TR
]0
20 ]
0 CC
A
1P 13
I I I.
EXHIBIT "E"
WATER & SANITARY SEWER REPLACEMENT
CONTRACT 2009, WSM-K
MEADOWBROOK DRIVE
(AVALON CT. TO WATSON DR.)
(COUNCIL DISTRICT 8)
MAPSCO 78D & H, 79A & B
CITY WATER MAP NO. 2072-392
C
6
6C
4,
]R
TR
3'0
TR 37A
)C
TO
12
•
A
3
4 tl
RC
W
IDA
2
• tic
: R :R
° 0A G1 69
c
0
0A1400
•
•
C
n
n
•
" I/5
2t Or •
]]
I•
V
L 21
BRANDT
v
3C If 30 • >
6
c 30
•
AVE.
2A A
fl
5
q TR •0
C2 D
•
AVE
3 •
2
i
0
>A
la
1+
TR ti• TO
70
c
C
.0
� tl�
� 12 13 • 13
vtt 14 -J 12A
L.410
10 1 15 11
9
10
V)6 1 170 9
O7`7778U
4
3
2
S
19c
20
8211
6
5O
6
"i
L6I 718I 11 I0
2 2 c,
i0
1\53
dA
21O L -7622.
23-4 4
40
5A
58
6A
,< 68
• 7A '.
78
8A
88
9
1 -1660
15
L -1659
14A
1148
138
13A
0
12
9
10
11
14
13
12
2
15"
• 1 I 2 I 3
2
TR 75A
w
3 TR.74
J
4
A
8
1
10
TR.73
3 c
15 14
2
17
16 15
L 338a"A"
2 3
LAM BET
1
TR.A
MEADOWBROOK DR.
L-6768
4 5 'l'ol Id Rf .���..!•
1
824 LF 8" SAN. SEWER
6
2
34
4
5
6
-J
6
Al
A2
TR 83
TR 82
7
A 1
KENWOOD
1
TR
2
L
11
J 13 12 11
S83 _ 6"
L-3J84
5
0
J
11 III 111111111
ME400wBROOK
ELEMENTARY
SCHOOL
TRS 42.74,& 75
L -f 2353
2
3
CT
32 4 5 6
L- 65
frri-
6
CO
L-1655
3
4
5
6
7
656
1
2
4 16
II 43
3 18 n 3
RI
U I
2 19 (� ` a <�VIC,
•O
1 20 -.1 ;p ♦ 4. 1
70 8 .) A
7 - 0
1
J 6
7
8 9 110 Corc
0
az '
tz
L-696d
t0
Cr)ctt
1 �
-L-1653 --7 TR 71
14
1
5
4A 48 a
L- 64P1
W
1 2 3 1
0
a
P21 TJ V701? T
1 4 5
L-1 50
A
13
2
28
12A
ORRIS
3
4
L-1651
TP 6"
—
E
2
F >
2
3 to
'RR 49F
TR 49E
EXHIBIT "E-1"
3
TR.70
TR 70
11
5 6
,a�
C
54
14 L-1649
8 TR 71C
L-16 3
4 18
5
6
7
8
WATER & SANITARY SEWER REPLACEMENT
CONTRACT 2009, WSM-K
MEADOWBROOK DRIVE
(AVALON CT. TO WATSON DR.)
(COUNCIL DISTRICT 8)
MAPSCO 78D & H, 79A & B
CITY WATER MAP NO. 2072-392
1 2 3
1
7
ti
W
1
2 1 2 3-R
2
J
4 3
8 7 6
ST
L - 7/,5?
4
A
2
4
3
17
E.
Ar9I,aIII 12
TR .69
IC
TP 55
TP 54
TP. 54A
40
co
co
J
TR.698
1 2 3
TR 57
TR 58
8
A
TR 589
6
66A
U)
TR.
64E
4-R.
5
oL-164?
123
TR.648 I/
16 L iI TR.64
(43
15 •�� TR.64A
TR.74
TR.66
A
o
U
C
z
'R' 00
EO
F
P
0
TR 67
A
2
3
4
5
6
7
8
TR 47E
A
TP 47C
TR.48
4A
Zo
A
6
2
11A
100
TP. 47
B <
z
—J
J
TR 470
(i R.48A
lA
1A
J
TR 33--
TR 33A' TR TR
,:36 34A
TR 338
TP 33C
Of `c al site c;if the rG'ty
COUNCIL ACTION: Approved on 3/8/2011 - Ordinance No. 19576-03-2011
DATE: 3/8/2011 REFERENCE NO.: **C-24771
LOG NAME*
CODE* C TYPEg CONSENT PUBLIC
HEARING:
SUBJECT: Authorize Execution of an Engineering Agreement in the Amount of $143,583.00 with
Multatech Engineering, Inc. for Water and Sanitary Sewer Rehabilitation Contract 2009,
WSM-K on Meadowbrook Drive and Adopt Appropriation Ordinance (COUNCIL DISTRICT
8)
FORT WORTH
6009WSMK-MULTAT
NO
RECOMMENDATiON:
It is recommended that the City Council:
1. Authorize the transfer of $159,583.00 from the Water and Sewer Fund $138,789.00 to the Water
Capital Projects Fund and $20,794.00 to the Sewer Capital Projects Fund;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in
the Water Capital Projects Fund by $138,789.00 and in the Sewer Capital Projects Fund by
$20,794.00; and
3. Authorize the City Manager to execute a contract in the amount of $143,583.00 with Multatech
Engineering, Inc. for Water and Sanitary Sewer Rehabilitation Contract 2009, WSM-K.
DISCUSSION:
This project consists of the preparation of plans and specifications for the rehabilitation of water and
sanitary sewer mains located on Meadowbrook Drive from Avalon Court to Watson Drive.
Multatech Engineering, Inc., proposes to perform the design work for a lump sum fee of $143,583.00.
City staff considers this fee to be fair and reasonable for the scope of services proposed.
M/WBE — Multatech Engineering, Inc , is in compliance with the City's M/WBE ordinance by
committing to 27 percent M/WBE participation The City's goal on this project is 24 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 8.
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 Capital Projects Fund and the Sewer Capital
Projects Fund
TO Fund/Account/Centers
1&2)
P253 476045 6081701471ZZ
$1.38,789.00
FROM Fund/Account/Centers
1) PE45 538040 0609020 $138.789.00
1)PE45 538040 0709020 $201794.00
Logname: 6040610C01-SJLOUIS Page 1 of 2
1&2)
P258 476045 7081701471ZZ
2) P253 511010 608170147130
2) P253 531200 608170147131
2)P253 531200 6081701471_32
2)_P253 531200 608170147133
2) P253 541100 608170147141
2)P253 531350 608170147142
2)P253.531200 608170147151
2) P253 531350 608170147173
2)P258.511010 708170147130
2) P258 531200 708170147131
2)P258531200 708170147132
2)P2.58531200 708170147133
2)P258 541100 708170147141
2) P258 531350 708170147142
2) P258_531200 708170147151
2) P258 531350 708170147173
$20.794.00
$8,000.00
$31,354.00
$62.709.00
1110 452.00
$1 000.00
$1,000.00
$23 274.00
$1,000.00
$2 000.00
$3,875.00
$7,751.00
$1,292.00
$1,000.00
$1,000.00
$2,876.00
$1,000.00
Submitted for City Manager's Office by:
Originating _Department Head:
Additional Information Contact:
ATTACHMENTS
60 09WSMK MULTAT AO.doc
6009WSMK-MULTAT MAP 01.pdf
6009WSMK-MULTAT MAP 02.pdf
6009WSMK-MULTAT MAP 03.pdf
3)P253 531200 608170147131
3)P253 531200 608170147132
3J P253 531200 608170147133
3) P253 531200 608170.147.1.51
3)P258 531200 708170147131
3) P258 531200 708170147132
3) P258 531200 708170147133
3) P258 531200 708170147151
Fernando Costa (6122)
S. Frank Crumb (8207)
Rakesh Chaubey (6051)
$31,354.00
$62 ,709.00
$10 452.00
$23,274.00
$3,875.00
$7 751,00
$1,292.00
$2,876.00
Logname. 6040610C01-SJLOUIS
Page 2 of 2