Loading...
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