HomeMy WebLinkAboutContract 55662CITY OF FORT WORTH, TEXAS CSC No. 55662
STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL
SERVICES
This AGREEMENT is between the City of Fort Worth, a exas home- ule
municipality ("CITY"), and Raymond L. Goodson, Jr. Inc., authorized to do business in
Texas, ("ENGINEER"), for a PROJECT generally described as: Water and Sanitary Sewer
Extensions on Sheraton Drive from Ramey Avenue to Sunshine Drive.
Article I
Scope of Services
The Scope of Services is set forth in Attachment A.
Article II
Compensation and Term of Agreement
A. The ENGINEER's compensation shall be in the amount up to $32,560.00 as
set forth in Attachment B.
B. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement
shall be for a term beginning upon the effective date, as described below, and
shall continue until the expiration of the funds or completion of the subject
matter contemplated herein, whichever occurs first.
I_1'i� [�ll
Terms of Payment
Payments to the ENGINEER will be made as follows:
A. Invoice and Payment
(1) The Engineer shall provide the City sufficient documentation, including but
not limited to meeting the requirements set forth in Attachment D to this
AGREEMENT, to reasonably substantiate the invoices.
(2) The ENGINEER will issue monthly invoices for all work performed under this
AGREEMENT. Invoices are due and payable within 30 days of receipt.
OFFICIAL RECORD
City of Fort Worth, Texas CITY SECRETARY
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17 FT. WORTH TX
Page 1 of 17 �
(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 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 ENGINEER shall perform its services:
(1) with the professional skill and care ordinarily provided by competent
engineers practicing in the same or similar locality and under the same or
similar circumstances and professional license; and
(2) as expeditiously as is prudent considering the ordinary professional
skill and care of a competent engineer.
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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 2 of 17
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.
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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 3 of 17
indicating that the PROJECT, when completed, will be in accordance with
the Contract Documents, nor shall anything in the Contract Documents or
this 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.
(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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 4 of 17
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 Business and Small Business Enterprise (MBE)(SBE)
Participation
In accord with the City of Fort Worth Business Diversity goals (Chapter 20,
Article X of the City's Code of Ordinances a/k/a Ordinance No. 20020-12-
2011, as amended), the City has goals for the participation of minority
business enterprises and/or small business enterprises in City contracts.
Engineer acknowledges the MBE and SBE goals established for this
contract and its accepted written commitment to MBE and SBE
participation. Any misrepresentation of facts (other than a negligent
misrepresentation) and/or the commission of fraud by the Engineer may
result in the termination of this Agreement and debarment from participating
in City contracts for a period of time of not less than three (3) years.
J. Right to Audit
(1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years
after final payment under this contract, have access to and the right to
examine and photocopy any directly pertinent books, documents, papers
and records of the ENGINEER involving transactions relating to this
contract. ENGINEER agrees that the CITY shall have access during normal
working hours to all necessary ENGINEER facilities and shall be provided
adequate and appropriate work space in order to conduct audits in
compliance with the provisions of this section. The CITY shall give
ENGINEER reasonable advance notice of intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the
CITY shall, until the expiration of five (5) years after final payment under the
subcontract, have access to and the right to examine and photocopy any
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 5 of 17
directly pertinent books, documents, papers and records of such
subconsultant, involving transactions to the subcontract, and further, that the
CITY shall have access during normal working hours to all subconsultant
facilities, and shall be provided adequate and appropriate work space, in
order to conduct audits in compliance with the provisions of this article
together with subsection (3) hereof. CITY shall give subconsultant
reasonable advance notice of intended audits.
(3) ENGINEER and subconsultant agree to photocopy such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for
the cost of copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
K. INSURANCE
(1) ENGINEER'S INSURANCE
a. Commercial General Liability — the ENGINEER shall maintain
commercial general liability (CGL) and, if necessary, commercial
umbrella insurance with a limit of not less than $1,000,000.00 per each
occurrence with a$2,000,000.00 aggregate. If such Commercial General
Liability insurance contains a general aggregate limit, it shall apply
separately to this PROJECT or location.
The CITY shall be included as an additional insured with all rights
of defense 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 or
endorsements that would alter or nullify: premises/operations,
products/completed operations, contractual, personal injury, or
advertising injury, which are normally contained within the policy,
unless the CITY specifically 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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 6 of 17
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.
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.
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 — 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.
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be attached to this AGREEMENT prior to its
execution.
b. Applicable policies shall be endorsed to name the CITY an Additional
Insured thereon, subject to any defense provided by the policy, as its
interests may appear. The term CITY shall include its employees,
officers, officials, agents, and volunteers as respects the contracted
services.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 7 of 17
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 attach the required insurance
documentation hereto 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. Notice shall be sent
to the respective Department Director (by name), City of Fort Worth,
1000 Throckmorton, Fort Worth, Texas 76102.
f. Insurers for all policies must be authorized to do business in the State of
Texas and have a minimum rating of A:V or greater, in the current A.M.
Best Key Rating Guide or have reasonably equivalent financial strength
and solvency to the satisfaction of Risk Management.
g. Any deductible or self insured retention in excess of $25,000.00 that
would change or alter the requirements herein is subject to approval by
the CITY in writing, if coverage is not provided on a first-dollar basis. The
CITY, at it sole discretion, may consent to alternative coverage
maintained through insurance pools or risk retention groups. Dedicated
financial resources or letters of credit may also be acceptable to the
CITY.
h. Applicable policies shall each be endorsed with a waiver of subrogation
in favor of the CITY as respects the PROJECT.
The CITY shall be entitled, upon its request and without incurring
expense, to review the ENGINEER's insurance policies including
endorsements thereto and, at the CITY's discretion; the ENGINEER may
be required to provide proof of insurance premium payments.
j. 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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 8 of 17
final payments.
The CITY shall not be responsible for the direct payment of any
insurance premiums required by this agreement.
m. Sub consultants and subcontractors to/of the ENGINEER shall be
required by the ENGINEER to maintain the same or reasonably
equivalent insurance coverage as required for the ENGINEER. When
sub consultants/subcontractors maintain insurance coverage,
ENGINEER shall provide CITY with documentation thereof on a
certificate of insurance.
L. Independent Consultant
The ENGINEER agrees to perform all services as an independent
consultant and not as a subcontractor, agent, or employee of the CITY.
The doctrine of respondeat superior shall not apply.
M. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure
in writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing
of any conflicts of interest that develop subsequent to the signing of this
contract and prior to final payment under the contract.
N. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
O. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with
published design criteria and/or current engineering practice standards
which the ENGINEER should have been aware of at the time this
Agreement was executed, the ENGINEER shall revise plans and
specifications, as required, at its own cost and expense. However, if design
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 9 of 17
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.
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches,
drawings, specifications, proposals, and other documents; obtain advice of
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 10 of 17
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 for 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. Only the CITY will be the beneficiary
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 11 of 17
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 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 may secure Builders Risk/Installation insurance at the
replacement cost value of the PROJECT. The CITY may provide
ENGINEER a copy of the policy or documentation of such on a certificate of
insurance.
(3) The CITY will specify that the Builders Risk/Installation insurance shall be
comprehensive in coverage appropriate to the PROJECT risks.
J. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required
or requested assistance to support, prepare, document, bring, 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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 12 of 17
Article VI
General Legal Provisions
Amendments to Article VI, if any, are included in Attachment C.
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
a.) by the City for its convenience upon 30 days' written notice to
ENGINEER.
b.) by either the CITY or the ENGINEER for cause if either party fails
substantially to perform through no fault of the other and the
nonperforming party does not commence correction of such
nonperformance within 5 days' written notice or thereafter fails to
diligently complete the correction.
(2) If 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;
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 13 of 17
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.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER
for the convenience of the CITY. In the event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
commitment and cost of the ENGINEER's personnel and subcontractors,
and ENGINEER's compensation will be made.
F. Indemnification
In accordance with Texas Local Government Code Section 271.904, the
ENGINEER shall indemnify or hold harmless the CITY against liability
for any damage committed by the ENGINEER or ENGINEER's agent,
consultant under contract, or another entity over which the ENGINEER
exercises control to the extent that the damage is caused by or
resulting from an act of negligence, intentional tort, intellectual
property infringement, or failure to pay a subcontractor or supplier.
CITY is entitled to recover its reasonable attorney's fees in proportion
to the ENGINEER's liability.
G. Assignment
Neither party shall assign all or any part of this AGREEMENT without the
prior written consent of the other party.
H. 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,
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 14 of 17
Texas.
I. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any
reason to be invalid, illegal, or unenforceable in any respect, such invalidity,
illegality, or unenforceability will not affect any other provision, and this
AGREEMENT shall be construed as if such invalid, illegal, or unenforceable
provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F.,
VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause.
J. 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.
K. Immigration Nationality Act
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (I-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all I-9 forms and supporting
eligibility documentation for each employee who perForms work under this
Agreement. ENGINEER shall adhere to all Federal and State laws as well
as establish appropriate procedures and controls so that no services will
be performed by any ENGINEER employee who is not legally eligible to
perForm such services. ENGINEER SHALL INDEMNIFY CITY AND
HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR
LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER,
ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. CITY, upon written notice to ENGINEER, shall have the
right to immediately terminate this Agreement for violations of this
provision by ENGINEER.
L. Prohibition On Contracts With Companies Boycotting Israel
ENGINEER acknowledges that in accordance with Chapter 2270 of the
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 15 of 17
Texas Government Code, CITY is prohibited from entering into a contract
with a company for goods or services unless the contract contains a
written verification from the company that it: (1) does not boycott Israel;
and (2) will not boycott Israel during the term of the contract. The terms
"boycott Israel" and "company" shall have the meanings ascribed to those
terms in Section 808.001 of the Texas Government Code. By signing
this contract, ENGINEER certifies that ENGINEER'S signature
provides written verification to the CITY that ENGINEER: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the
contract.
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, which supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. This AGREEMENT may be
executed in one or more counterparts and each counterpart shall, for all purposes, be
deemed an original, but all such counterparts shall together constitute but one and the
same instrument. The following attachments and schedules are hereby made a part of
this AGREEMENT:
Attachment A- Scope of Services
Attachment B - Compensation
Attachment C- Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
Attachment F- Addendum of Federal Requirements for Community Development
Block Grant Funds
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 16 of 17
Duly executed by each party's designated representative to be effective on the date
subscribed by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
T�c� S��.G.G
Dana Burghdoff (Apr 29, 20 1:15 CDT�
Dana Burghdoff
Assistant City Manager
Date: Apr 29, 2021
APPROVAL RECOMMENDED:
cl��isto�hev h�qrdev
Christopher Harder (Apr28, 2021 08:03 CDT)
By.
Chris Harder, P.E.
Director, Water Department
Contract Compliance Manager:
By signing, I acknowledge that I am the
person responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
7�-�. �J� �^
Leon Wilson, Jr., P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY
6�'�C%�i
Y: DBlack(Apr29,20211015CDT)
Senior Assistant City Attorney
ATTEST:
�������
Mary J. Kayser
City Secretary
ba�.-FoRr a�
� �Fa00000000�L d
p�►a � °O'A t
� a
��o �_
o �
° o F
��d �n �'ExAS.<,.a,a
BY:
ENGINEER
Raymond L. Goodson, Jr., Inc.
, ... �u�.� L �_
Brent E. Lewis, P.E.
Senior Associate
Date: 4/13/21
Form 1295 No. N/A
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: 11.17.17
Page 17 of 17
M&C No.: N/A
M&C Date: N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NOS. 102691 & 103020
ATTACHMENT A
Scope for Enqineerinq Desiqn Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR.
FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NOS.102691 & �03020
The scope set forth herein defines the work to be pertormed 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.
GITY OF FORT WORTH WATER DEPARTMEIVT
WATER AND SANITARY SEWER EXTENSIONS
co����i Water Water Sewer Sewer
Street/(Limits) District LF Size LF Size Comments
Sheraton Dr. 5 655 8" 575 8" CDBG
Rame Ave. to Sunshine Dr.
��7:7:�C�7: ���T7� : ►� �
Task 1. Design Management
Tasl��. Se�ep+� ���sign
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 and Subsurface Utility Engineering Services
Task 9. Plan Submittal Checklists
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
ENGINEER shall manage change,
■ communicate effectively,
■ coordinate internally and e�ernally as needed, and
■ proactively address issues with the CITY's Project Manager and others as
necessary to make progress on the work.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NO.: 103124
1.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting
• Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm
and clarify scope, understand CITY objectives, and ensure economical and
functional designs that meet CITY requirements.
• Conduct review meetings with the CITY at the end of each design phase.
• Prepare invoices and submit monthly in the format requested by the CITY.
• Prepare and submit monthly progress reports in the format provided by the Water
Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule
updates with a schedule narrative monthly, as required in Attachment D to this
Standard Agreement and according to the City of Fort Worth's Schedule
Guidance Document.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report
Form at the end of the project
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare
the design
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements
are appropriately reflected in the designs. ENGINEER shall work with regulatory
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
• 4 MWBE reports will be prepared
• 2 meetings with city staff
• 4 monthly water department progress reports will be prepared
• 4 monthly project schedule updates will be prepared
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NO.: 103124
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly M/WBE Report Form and Final Summary Payment Report Form
G. Plan Submittal Checklists (See Task 9)
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The purpose of the conceptual design is for the ENGINEER to
■ Study the project,
■ Identify and develop alternatives that enhance the system,
■ IJr.-+ �n4 /thr�i�nh 4ho iJofinorJ rJoli�iornhloc\ +h000 nl+ornn4i�ioc 4n 4ho ('ITV
t
�
t(lh+-,ir, +ho (�ITV�c or�r�inrcomori4 nf 4hic nnnnor�+
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection
• In addition to data obtained from the CITY, ENGINEER will research proposed
improvements in conjunction with any other planned future improvements that
may influence the project.
• The ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including but not limited to; utilities, agencies (TxDOT
and railroads), City Master Plans, and property ownership as available from the
Tax Assessor's office.
• The data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses as necessary to develop
sewer re-routing plans.
• The ENGINEER shall visit the project site and obtain the meter numbers and sizes
on all existing meters to be replaced on the project and shall identify existing
sample stations and fire line locations.
2.2. Geotechnicallnvestigations
• ENGINEER shall advise the CITY of test borings and other subsurFace
investigations that may be needed for the project. If the CITY determines that
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR, FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NO.: 103124
such borings or investigations are needed, then the ENGINEER shall work with
the CITY and CITY's geotechnical consultant to draw up specifications for such
testing program. The cost of such testing will be paid for by the CITY.
2.3. Fire Line Reconnection
2 4 Tho ('nnnor�fi i�+l flo inn D�+nl«+na chnll innl� iiJo +ho fnlln�eiinn•
'-�'�A`-�'E.11'��G�
c4rorin4hc -+nrl ��iol.Lrio coc nf o�+rh �+rir1 4ho rn}innnlo fnr color4inn +ho �
i
rornmmonrJorJ lJocirvri nnnnor�+
rirnior� iJnr� imon4orJ in hn4h 4ho r�rnior+ cnhorli ilo nnrl n�rro4i�io fnrm
flnni imon4n#i�r� r�f Lo�i rJociivn rlonicinnc
Gn4im•+4oc nf r�rnhnhlo nnnc+ri in4inn n�c+
ASSUMPTIONS
• 0 Geotechnical borings are expected for this project.
• 0 copies of the conceptual design package (30% design) will be delivered.
Report shall be letter sized and comb-bound with a clear plastic cover. Drawings
will be N/A size fold outs bound in the report
c�n+ fnlr�lor in Ri i->->crnei
Gf�l(-`InICC'CJ chl+Il riror��+r.� +he� moo4irin minii4oc nf 4ho (�`nn or�+ l7a�iia�Ai moofinry
- ��Ton�r ...,�.,.� �..�..�...,.�... .,.... �,,.......���y ����,......., .,. ..�,.. ._,.,�..,..�.,......��.. �..��....y
nr�� ro�iico 4ho rov�nrF if noorJorJ
���ri4+on nr�r�rn�il+l h�i #ho (`ITV nf 4ho �'nnnor�4i i�l flocinn D�nL�r,o
� , .. r, r,. .. . .., � ., � .. ... .... , , ., , .. ... ., _.. ...,., r.. _. _.. � ,.... � . . . ...... __. � � .
DELIVERABLES
A ('nnnor��i �nl �locirrr� D�nL�rro
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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.12014
Page 4 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NO.: 103124
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; descriptive location
(i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Overall prolect easement layout sheet(s) with property owner information.
Overall prolect water and/or sanitary sewer lavout sheets. The water layout sheet
shall identify the proposed water main improvement/ existing water mains in the
vicinity and all water appurtenances along with pressure plane boundaries, water
tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall
identify the proposed sewer main improvement/existing sewer mains and all
sewer appurtenances in the vicinity.
• Overall water and/or sanitary sewer abandonment sheet.
• Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc.,
in the same coordinate system as the Control Points.
• Benchmarks per 1,000 ft of plan/profile sheet — two or more.
• Bearinqs given on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
• Plan and profile sheets which show the following: proposed water and/or sanitary
sewer plan/profile and recommended pipe size, fire hydrants, water service lines
and meter boxes, gate valves, isolation valves, manholes, existing meter
numbers and sizes that are to be replaced, existing sample locations, existing fire
line locations, existing utilities and utility easements, and all pertinent information
needed to construct the project. Legal description (Lot Nos., Block Nos., and
Addition Names) along with property ownership shall be provided on the plan
view.
The ENGINEER shall make provisions for reconnecting all identifiable water and/or
wastewater service lines which connect directly to any main being replaced,
including replacement of existing service lines within City right-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
lateral is changed, provisions will be made in the final plans and/or specifications
by the ENGINEER to relocate all service lines which are connected to the existing
main and connect said service lines to the relocated main.
The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and submitted for construction. During
design survey, if a rod can be inserted through the cleanout to the bottom of the
service line, the ENGINEER will obtain the flow line elevation and design the
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of � 7
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO SUNSHINE DR,
CITY PROJECT NO.: 103124
service line prior to advertising the project for bid. If the service flow line
information cannot be obtained during design survey, the ENGINEER shall delay
the design of the sewer service line until after a Quality Level A Subsurface Utility
Engineering (SUE investigation has been performed). The Level A SUE will be
perFormed; (1) by the ENGINEER if included in the fee proposal; or (2) by the CITY
prior to bidding if the CITY determines that it is needed for satisfactory completion
of the design; or (3) by the Contractor after the project has been bid, by means of a
bid item to that effect. In all options, the ENGINEER shall propose appropriate de-
hole locations in the project and collect flow line elevation and other applicable
information of the sewer service line. The ENGINEER shall use this information to
provide the design for the sanitary sewer service line to be rerouted or relocated.
• Provide map showing location of new manhole construction at the end of existing
sewer segments, 90 degree bends, or tee connections. Site survey or specific
design plans for manhole construction is not included as part of the scope. The
contract documents shall specify that it is the Contractor's responsibility to
coordinate utility location, etc. manhole construction.
The ENGINEER will prepare standard and special detail sheets for water line
installation and sewer rehabilitation or replacement that are not already included in
the D-section of the CITY's specifications. These may 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. Geotechnicallnvestigation
Soil investigations, including field and laboratory tests, borings, related
engineering analysis and recommendations for determining soil conditions will be
made. In addition to the above investigations, borings and appropriate field and
laboratory analysis will be made at reasonable intervals along the project
alignment for the Contractor's use in determining soil conditions for preparing
bids and a Trench Safety Plan.
3.3. Constructability Review
• Prior to the 60 percent review meeting with the CITY, the ENGINEER shall
schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. The ENGINEER shall summarize the
CITY's comments from the field visit and submit this information to the CITY in
writing.
3.4. Utility Clearance
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.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 6 of 17
ATTACHMENTA
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO Sl1NSHINE DR.
CITY PROJECT NO.: 103124
• 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.
ASSUMPTIONS
• 1 public meeting(s) will be conducted or attended during the preliminary
design phase.
• 0 borings at an average bore depth of N/A feet each will be provided.
• Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an
additional 0 project specific traffic control sheets will be developed.
• 2 sets of 11X17 size plans will be delivered for the Constructability
Review.
• 2 sets of 11X17 size plans will be delivered for the Preliminary Design
(60% design).
• 1 set 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.
• 1 sets of 11X17 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
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.12014
Page 7 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NO.: 103124
E. Estimates of probable construction cost
F. Data Base listing names and addresses of residents and businesses affected by
the project.
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
For projects that disturb an area greater than one (1) acre, the Contractor will be
responsible for preparing and submitting the Storm Water Pollution Prevention Plan
(SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM
Construction Plan according to the current CITY iSWM Criteria Manual for Site
Development and Construction which will be incorporated into the SWPPP by the
contractor.
• Draft Final plans (90%) and specifications shall be submitted to CITY per the approved
Project Schedule.
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Construction Documents (100%) to the CITY per the approved Project Schedule.
Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in
State of Texas.
• The ENGINEER shall submit a final design estimate of probable construction cost with
both the 90°/o and 100°/o design packages. This estimate shall use ONLY standard CITY
bid items.
ASSUMPTIONS
• 2 sets of 11X17 size drawings and 1 set of 22X34 size drawings and
2 sets specifications will be delivered for the 90% Design package.
• A DWF file for the 90% Design will be created from design CAD drawings and will be
uploaded to the project folder in Buzzsaw.
• 2 sets of 11X17 size drawings and 2 sets specifications will be delivered for
the 100°/o Design package.
• A DWF file for the 100% Design will be created from design CAD drawings and will be
uploaded to the project folder in Buzzsaw.
•[Engineer to provide estimated final sheet list (cover/index, general notes, control point
location, easement layout, SUE plan sheets, no. of plan/profiles, special detail sheets,
etc.)]
DELIVERABLES
A. 90% construction plans and specifications.
B. 100% construction plans and specifications.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.12014
Page 8 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NO.: 103124
C. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's standard bid items and format.
D. Original cover mylar for the signatures of authorized CITY officials.
TASK 5. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
5.1. Bid Support
• The ENGINEER shall upload all plans and contract documents onto Buzzsaw for
access to potential bidders.
• Contract documents shall be uploaded in a.xls file.
Unit Price Proposal documents are to be created utilizing CFW Bidtools only
and combined in a specified spreadsheet workbook, Bid Proposal Worksheet
Template, and will be populated and configured so that all pages are
complete and the Summary Worksheet(s) in the workbook detail and
automatically summarize the totals from the inserted Unit Price Proposal
document worksheets.
• Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files.
The .pdf will consist of one file of the entire plan set. The .dwf will consist of
individual files, one for each plan sheet, and will be numbered and named in
a manner similar to that of the plan set index.
• The ENGINEER shall sell contract documents and maintain a plan holders list on
Buzzsaw from documents sold and from Contractor's uploaded Plan Holder
Registrations in Buzzsaw.
The ENGINEER will develop and implement procedures for receiving and
answering bidders' questions and requests for additional information. The
procedures shall include a log of all significant bidders questions and requests
and the response thereto. The log shall be housed and maintained in the
project's Buzzsaw folder titled Request for Information. The ENGINEER will
provide technical interpretation of the contract bid documents and will prepare
proposed responses to all bidder's questions and requests, in the form of
addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and
mail addenda to all plan holders.
• Attend the prebid conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
• When substitution prior to award of contracts is allowed in the contract
documents, the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
• Attend the bid opening in support of the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page9of17
ATTACNMENTA
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NO.: 103124
• Tabulate and review all bids received for the construction project, assist the CITY
in evaluating bids, and recommend award of the contract. A copy of the Bid
Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only
are to be uploaded into the project's Bid Results folder on Buzzsaw.
• Incorporate all addenda into the contract documents and issue conformed sets.
5.2 Final Design Drawings
1) Final Design Drawings shall 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 be created from the original
CAD drawing files and shall contain all associated sheets of the particular plan
set. Sinqular 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_org18.pdf
Both PDF and DWF files shall be uploaded to the projecYs Final Drawing folder in
Buzzsaw.
2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet
as an individual DWG file with all reference files integrated into the sheet. If the
plans were prepared in DGN format, they shall be converted to DWG prior to
uploading. The naming convention to be used for the DWG files shall be as
follows:
I. TPW files shall use the W number as for PDF and DWF files, but shall
include the sheet number in the name —"W-1956_SHT01.dwg", "W-
1956_SHT02.dwg", etc.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 10 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHER.4TON DR, FROM RAMEY AVE, TO SUNSHINE DR.
CITY PROJEC7 NO.; 103124
II. Water and Sewer file names shall use the X number as for PDF and
DWF files, but shall include the sheet number in the name —"X-
12155_SHT01.dwg", "X-12755_SHT02.dwg", etc.
For information on the proper manner to submit files and to obtain a file number for
the project, contact the Department of Transportation and Public Works Vault at
telephone number (817) 392-8426. File numbers will not be issued to a project
unless the appropriate project numbers and fund codes have been assigned and
are in the Department of Transportation and Public Works database.
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• 5 sets of construction documents will be sold to and made available on
Buzzsaw for plan holders and/or given to plan viewing rooms.
• 5 sets of 11x17 size and 10 sets of 22x34 size drawings plans
and 5 specifications (conformed, if applicable) will be delivered to the CITY.
• PDF, DWF and DWG files will be uploaded to Buzzsaw.
DELIVERABLES
A. Addenda
B. Bid tabulations
C. CFW Data Spreadsheet
D. Recommendation of award
E. Construction documents (conformed, if applicable)
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1 Construction Support
• The ENGINEER shall attend the preconstruction conference.
• After the pre-construction conference, the ENGINEER shall provide project
exhibits and attend public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location and mail the invitation letters
to the affected customers.
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, review change orders, and make
recommendations as to the acceptability of the work.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 11 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE, TO SUNSHINE DR.
CITY PROJECT NO.: 103124
The ENGINEER shall attend the "Final" project walk through and assist with preparation of
final punch list
6.2 Record Drawings
• The ENGINEER shall prepare Record Drawings from information provided by
the CITY depicting any changes made to the Final Drawings during construction.
The following information shall be provided by the CITY:
o As-Built Survey
o Red-Line Markups from Contractor
o Red-Line Markups from City Inspector
o Copies of Approved Change Orders
o Approved Substitutions
The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
o These Record Drawings were prepared using information provided by
others and represent the as constructed conditions to the e�ent that
documented changes were provided for recording. The ENGINEER
assumes no liability for undocumented changes and certifies only that the
documented changes are accurately depicted on these drawings.
• The ENGINEER shall submit a set of sealed Final Drawings, modified, and
stamped as Record Drawings, on mylar for record storage. The ENGINEER may
keep copies of the information provided by the CITY for their files, but all original
red-lined drawings shall be returned to the CITY with the mylars.
1) 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. Sinqular 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_rec47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_rec" designating the file is
of a record drawing plan set, "47" shall be the total number of sheets in this
file.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.12014
Page 12 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NO.: 103124
Example: W-0053_rec3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example —"X-35667_rec36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_rec"
designating the file is of a record drawing plan set, "36" shall be the total
number of sheets in this file.
Example: X-12755_rec18.pdf
Both PDF and DWF files shall be uploaded to the project's Record Drawings folder
in Buzzsaw.
ASSUMPTIONS
• 1 RFI's are assumed.
• 0 Change Orders are assumed
• One copy of full size (22"x34") mylars will be delivered to the CITY.
DELIVERABLES
A. Public meeting exhibits
B. Response to Contractor's Request for Information
C. Review of Change Orders
D. Review of shop drawings
E. Final Punch List items
F. Record Drawings on Mylar
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perForm activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY's Project Manager.
7.1. Right-of-Way Research
• The ENGINEER shall determine rights-of-way, easements needs for construction of the
project. Required temporary and permanent easements will be identified based on available
information and recommendations will be made for approval by the CITY.
7.2. Right-of-Way/Easement Preparation and Submittal.
• The ENGINEER shall prepare documents to be used to obtain right-of-way and
permanent and/or temporary easements required to construct the improvements.
• The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM
for real property acquisition
City of Fort Worth, Texas
Attachment A
PMO Release Date' 08.1.2014
Page 13 of 17
ATfACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NO.: 103124
• The documentation shall be provided in conformance with the checklists and templates
available on the CITY's Buzzsaw site.
7.3. Temporary Right of Entry Preparation and Submittal
• Prior to construction, the ENGINEER shall prepare and submit Temporary Right of Entry
documents for landowners to CITY PM for real property acquisition. It is assumed that letters
will only be required for land owners adjacent to temporary construction easements or who
are directly affected by the project and no easement is required to enter their property.
• The documentation shall be provided in conformance with the checklists and templates
available on the CITY's Buzzsaw site.
ASSUMPTIONS
0 Easements or right-of-way documents will be necessary.
0 Temporary right-of-entry documents will be necessary.
• Right-of-Way research and mapping includes review of property/right-of-way records
based on current internet based Tarrant Appraisal District (TAD) information available at the
start of the project and available on-ground property information (i.e. iron rods, fences,
stakes, etc.). It does not include effort for chain of title research, parent track research,
additional research for easements not included in the TAD, right-of-way takings, easement
vacations and abandonments, right-of-way vacations, and street closures.
DELIVERABLES
A. Easement exhibits and meets and bounds provided on CITY forms.
B. Temporary Right of Entry Letters
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ENGINEER will provide survey support as follows.
8.1. Design Survey
• ENGINEER will perform field surveys to collect horizontal and vertical elevations and
other information needed by ENGINEER in design and preparation of plans for the project.
Information gathered during the survey shall include topographic data, elevations of all
sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities,
structures, trees (measure caliper, identify overall canopy, and have qualified arborist
identify species of trees), and other features relevant to the final plan sheets. Existing
drainage at intersections will be verified by field surveys. Spot elevations will be shown on
intersection layouts with cross slope to fit intersecting grade lines.
• The minimum survey information to be provided on the plans shall include the following:
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 14 of 17
ATTACHMENT A
�ESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROh1 RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NO.: 103124
— A Project Control Sheet, showing ALL Control Points, used or set while gathering data.
Generally on a scale of not less than 1:400:
— The following information about each Control Point;
a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing
base. Z coordinate on CITY Datum only.
c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of
North Side Drive at the East end of radius at the Southeast corner of North Side Drive and
North Main Street).
— Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate
system, as the Control.
— No less than two horizontal bench marks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
8.2. Temporary Right of Entry Preparation and Submittal
• Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of
Entry for landowners to CITY PM.
• The documentation shall be provided in conformance with the checklists and templates
available on the CITY's Buzzsaw site.
ASSUMPTIONS
• Topographic survey at intersection will include no more than 100 ft. in each direction.
DELIVERABLES
A. Copies of field survey data and notes signed and sealed by a licensed surveyor.
B. Drawing of the project layout with dimensions and coordinate list.
City of Fort Worth, Texas
Attachment A
PMO Release �ate: 08.1.2014
Page 15 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROh1 RAMEY AVE, TO SUNSHINE DR,
CITY PROJECT NO.: 103124
TASK 9. PLAN SUBMITTAL CHECKLISTS
Engineer shall complete and submit Plan Submittal Checklists in accordance with the
following table:
PLAN SUBMITTAL CHECKLIST REQUIREMENTS
Traffic Traffic Traffic
Street Water Control Control Control
Traffic Storm Storm Lights /Sewer Traffic 30% 60°/o 90%
Attachment "A" Signal Engineering
Water Water (Submit (Submit
Type (Submit All 30°/a 60°/a All @ All @ iSubmit All
@ 30%) 30% 60%) @ 60%� Required for ali work in City
ROW
Street X X X X X* X X X X
Storm Water X X X X X
Water / Sewer X X X X
*If included in street project
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existinq Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Negotiation of easements or property acquisition including temporary right-of-entries.
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre-qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Construction management and inspection services
• Periodic site visits during construction phase
• Design phase public meetings
• PerFormance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 16 of 17
ATTACNMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR. FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT NO.: 103124
• 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: 08.1.2014
Page 17 of 17
ATTACHMENT B
COMPENSATION
Engineering Design Services for:
Water and Sanitary Sewer Extensions on Sheraton Dr. from Ramey Ave. to Sunshine Dr.
City Project Nos. 102691 & 103020
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $ 32,560.00 as
summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for
the services described in Attachment A, including all labor materials, supplies,
and equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item III. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Water Department monthly progress reports and schedules in the format
required by the City.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 1 of 3
:
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility Water Dept. o�a
Fee Amount
Prime Consultant
RLG Consulting Engineers Surveying, Water and � 27,g20.00 85.7°/o
Sanita Sewer Desi n
Proposed MBE/SBE Sub-Consultants
Multatech Water Line Design Support $ 3,440.0 10.6%
$ -
$ -
$ -
TOTAL $ 31,360.00 96.3%
Non-MBE/SBE Consultants
PIC Printing $ 1,200.00 3.7%
$ -
$ -
TOTAL $ 1,200.00 3.7%
GRAND TOTAL $ 32,560.00 100%
Project Number & Name Total Fee MBE/SBE Fee MBE/SBE %
Water and Sanitary Sewer Extensions on
Sheraton Dr. from Ramey Ave. to Sunshine Dr. $ 32,560.00 $ 3,440.00 10.6%
City Project Nos. 102691 & 103020
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 2 of 3
I�
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Engineering Design Services for:
Water and Sanitary Sewer Extensions on Sheraton Dr. from Ramey Ave. to Sunshine Dr.
City Project Nos. 102691 & 103020
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 3 of 3
�a:
O
<
N
d
�
m
n
m
7
v
ca
�
n
O
�
�
�
�
O
�
�
�
�
N
v
v
K
3
�
3
rt
.-(1
m
.a
c
m
�
�
N
�
m
0
w
N
m
O
w
N
rn
0
N � (�
� �
_' � m
z - �u
'< '�'
N p
£
� �
'
0
�
� �
- m^
'Z 3
(ll o
� O �
3 3 �i
o =
3 Q-
� �
0
��c"
�G
�
m
v
�
N
n
�
'D
o'
�
D�
� � 3 �
�n J O m
o � 7 ry
� rn K �
IJ W
D
D 3
3 fD
o �
C �'
7 �
�. �
D�
�+v, Op'm
V� J d C �
O VNi � �"� (11
W W O �
N W
3 3
o 'o
c �
� �
't a
O '0
3 �
� �
m �
r. �
m �*
Q
'U �
< �
O �
C O
N n
`� a
� c
< �
O -�
� fD
m �
W �
m �
�, � m m
(li J n =
N 7
o N �
w rn
N a!
O O
� O '71 � � C%
� � � > >
°•�3 � a y
� � 0 j o c
. p1 �
o' �
d !P A <
� � �. N
c � v
� � �
�
m
m
m
i.
m
�
3
D
a
-�"'�Ory
K � � �
. � � _
m r
o D
� a
m a
z
m
m
�
�
m
w
�
�
X
J
N
�
n
O
3
'D
OI
�
�
Z
N
3
m
�7
r
�
n
�
N
�
�
m
cn
m
m
�
n �
o �
� �
N >
��
" o
» -�,
o �
a �
� o
F ".
� N
� o
� a
o. �
��
N �
N
O �
a 1D
m �
� a
H
w
.�
�
"E
'
n
a
�
�
�
<
0
n
A
0
s
m
C)
�
y
f�i
Z
3
m
n �
� �
� �.
�� n
� rt
�
(D
�
Q
�
N
7
N
�
�
m
�
(D
m
x
m
�
O�
7
�
0
�
�
3
m
N
O
7
�
�
�
O
N
N
O
7
N
�
N
�
n
�
N
�
N
�
�
�
�
�
�
<D
�
C
�
N
0
�
�
d
ry
r
(D
O
�
�
0
�
�
m
V/
C
�
N
�
� '
r O
o n
� s
x
O
C
N
d
�
N
�
m
7
N
�
m
n
0
�
�
K
�
v
o v
.�ert
3
N
v
�
�
a
; o
o=
D�
3 m
� � 3
N J ry
.� �
D
z 3
C j
3 a
� 3
� m
�
D
D3
3 �
o a
C �
7 �
.* _
D�
.,� vo'm
d C �
� � �
m
o �
3 3
O �
C (p
� �
'� a
(7
O �
3 �
v �
m �
.. �
m ..
a
��
'm -
�• <
0 0
N n
'< a
� n
� C
o �
� �
m �
W 3
d,mm
� � �
N m �
�
�
0
v
N
�
?
Vl
C
�
�
lO
�
<
o.
�
�
a�
a�
m '.
�
oTd��
o.�>>
� 3 3 a y
�p O C
„ v �
d
��<�
� �. N
c � v
� � �
� ..
'n�0�m m
x � � y
�Om=
o D �
� a
m a
m
m
m
i
rn m �
N y m
o N 3
z
3
�
�����v v
� ,� D o ,� � �
��ij��0 O
-�p
� " � °• c�i V�i
o � � � :-r v,
v
m � m � 7
. � �
.. �
� o � Z
N d
i c�0 (D (�•
3 ' w y
v �
'o Q- �
3 v `�
m �. �
� v �
� �,
(D �
mN
�
m m
m �
N
o�
N
0
�
� � � n � v
S �= S �- �
m " � n
��'o » � ^
' o �
a p _ _
_ Q b
£ � � � � N
� a o 0
�9 � � �
- v � �
N
d � � ti
c� o
- � �
0
e, 3 L
_ �
m
z =
mo
p
i �
n �
n �
a p
�
0
0
�1
r
�
n
0
�
c
�'
m
co
N
�
�
N
2
�
�
O
v
�
-�
N
C
�
0
C
m
v
V
n
m
m
�
m
n
O
3
�
m
lO
I'�
O �
_ �
�
y
v
c�i
�
ti o
o �
D�
3 �'m�
' � 3
cn C
w � m
.. �
D
Z �
C �
3 Q,
� 3
m �
� »
D
D �
m
o Q,
�3
' �,
KT
D�
w 0o'm
m c m
m � 3
m
o �
D O
3 3
o 'o
c �
� �
.. Q
n
O �
3 �
'o n
m �
m �
a
v v+
'm -
�• <
c �.
� �
'� a
� n
< �
o �
� �
m K
W 3
� d m
� > >
w c,
o m �
�
J
n'
O
m
a �
a 3
'm '.
N
Z
A
�
x
N
0
�
�
O T d N �
03 3 av�i
� 0 ,o o �
d d
1D :U < R
�� �. �
c � �
���
#
T -{ � N
X N -�`• y
. � � _
m r
O D
� a
m a
.. �
N
N
u �
m m �
u o N 0
N 3
n
O
3
�
�
Z
3
N
Z7
�
n
0
C
�
m
�
N
N
�c�����v
� ,� D O ,� '� "1
o�i m � -i � (��p• O•
N � � o. n N
O c '�° ,`Dn. !7 V1
o O.
N � N � �
. n p1
�
�D
� � N �
w
�o� �.
� o y
w
m o_ �
A�
� � �
3 � �
� v �
� �
'o � r+
3 � �
� � C
" m '�
X y
(D �
N
O
�
O
7
�
c� 5 _ n � �
� 3 0
_ �
m o � � 3
o � ' �
�" ° = 2 ..
E = _ 0 l
s" - � r
_' " o .. � N
v 3 � � �
a � 3 �
� 9 �
_ :�
� N
o � � D o
. a 3 �
_ �
�a m
�_
�o
q
F 9
ag
n"
�
n p
0
0
�
N
E �
N A
f O
T �
,� O
N
N �
'u D
� �
o O
r C
O p
3 W
p A
3 D
D �
� z
N
O
EXHIBIT "B-3"
ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
SUMMARY
Water Sanitary Sewer
LOCATION Improvements Improvements Total
Sheraton Dr. (Ramey Ave. to Sunshine Dr.) $203,875 $134,457 $338,332
B3-1
..
.
�I�I�I�I�I.�IWINI�IOI�I�I�I�I�I�IWINI�
.�
���������,�����,��
� o o v� o a� cu m _ o�.
� � � � � � � � 3 � � �D G� G�
��. � � �� a� Q. o o v� 2 v v
�
� � � C7 3 (n � (D � � �p �- Q (D (D
n. � p � O C
� �' p' � � � < � v�i � n (n � � N N
�' � 7� c� .�i7 N�-a o cD <<
� Cn Cn o�G � m cD v� �� o N cD
— v � �.
� "- m v v � � � � � c� m
o' �•
D `Q �' � � m 6 � � � cQ
�
o �� � � � � 6 .�
� v � Q� � .�
_� v � � °' c� N
� -
� , --_ � -
� �D �� � m �
, �
�� v
� Q � �
� �
�3 v
� �. � v
_ , ��
�
v
�
�
m
x
��
�'
�
�
m
�
v
m
�
n
�
�
�
0
z
0
-�
�
m
�
� �
� �
v v
(D (D
� �
�� ��
m m
co co co w w w w w w o o w w w w w w w w
Cfl CO CO .P W N N N N N N W W W W W W W W W�
1 � � � � > � � �
C�O C�O (�O �� N N��� � N N N N N � � � ��
O O O O O O O � O� � N O O W W O O O Z,�
O O O O-� N� �� W W O-� O O O O N-�
O O O O O O O O� O O O-� O O O O��P O �
W N� �(.O O O N N N O W �I -� W N ��-� '
�I�I�IOI�I� �I-�I�IDI�IDIDID DIDIzI�I�
3
� � � .s � � W G') � � W � � N N N � � (�Tt N
o � � pp � � ---' �I p � O
--� n C
� O a
D�; O �
�� p ffl ffl N Efl W(� ffl ffl �
� , , � , � ,
� O O O Ui Efl ffl ffl ffl ffl N ffl N(Ji O Ui N Ul ffl ffl
(7 � (7 O O O O� N� CJt 'J O---• O O o O O O 00 �l
O� O o 0 0 o cn o 0 o cn o 0 0 0 0 0 0 0 o cn
N C� y o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
r,. �G ,-r o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
� �
N fA -,
C -i 00 fiH {� {-f3 {fl �
W � � O � -� N O
� � W O O O CJ7 -�
y W� o 0 0 o ry
w� j o 0 0 o cn
C
Z
�
�
p N
�G �
fD
�
O
�
0 3 v
� r+'
(i �
o°
tfl c�i, t�v �� tfl tfl s� �n � fn y
� N O � � O �I O W � � N � �
� cn rn rn cn :t� o 0 0 0o cn �A. in r
cn cn ry o� o 0 0 0 0 0 0 0
� o cn o 0 0 0 0 0 0 0 0 0
m
�
Z
m
m
�
�
0
�
�o
� Z
� �
� �
��
� O
O W
� D
m 0°
� r
m r"
�
�'^ 0
V' Z
N
�
�
�
�
-�
0
z
0
�
X
2
W
00
.p
..
.,
�IJI�I�I�IW INI,IOI�I�I�I�I�I�IWINI'
� � �-�� � � � � ����.�����
, - -
� ° � v � � -°a �' � � � � m � ° � cn cn
�' �. � c� �" �' �- o � �' �. v � n co cu
� -� � � �- � ° C� � m cn � °� � � n � c�u
�� rt o v n(n � D co � � o����
• � �, � � v� C� n < cu cu < < (n �
�° � � cu �7 � c� -o. o o � -a �o
� Cn U� ° `� � v' m n�i � � � � � � Z �.
� � z � � � � � � � � � � � � �.
o �• m � � m u� � � � � 3 � o.
N � � �
� �• v' v' � � s � � � o o� �
� v> ��� �, co v �7 6 3 cn
�- _ �
rt � � Q � �
s� � v � � v , v �
� v v. � � � w V, �
D `� '•
o � � �-- �- � s � c�
� � � � �, Q �
� � � `° � � �
� �
� ,� -
c� � � � �.
ni �
�
� �
� �
X
��
�
�
m
�
v
m
�
(7
�
-v
�
z
O
-_�
m
�
��� W W W W w W o W W W W W w W W
CO (O CO � W N N N N N W W W W W W W W W�
CO (O CO �l O (O CO --� O � O O W W O O W W
CO Cfl c0 � CT N N � � � Cn � Cfl (p .� .� —� � � �
0 0 0 0 0 0 0 0 0� o o� 1 0 o i,o :r� Z 2
� � � � , N 1 �> �> (h! � � � � � � �> 1
� � 0 � � 0 � � �� 0 � 0 � � � � 0 � O �
O> (J� -p � CO O O N N O N -� W � N � -� Cn �
C
Cri� cri> cri� p � � { - i � � D D � D -rrt -rrt D � �
�
�
p cn W cn cn cn � cn p
o � �I � � �l � N N W N J �I � �l (A
� � .� � C7t � (Si '' CTi CSt CJi `�.� �'
--I n = �
Q � a r*
� rt O tfl �
� � � o � � t� � � � � � n �
�— o 0 0 o tfl ss tfl f» �» o w ry o cn fa 0 Z �
Ci �(� o 0 0 o tn -> .r� cn �� o o cn o f» � o rn cn
O� O o 0 0 o iv cn o o cn o 0 0 0 o w cn o o�� �
y n y o 0 0 o cn o 0 0 0 0 0 0 0 0 0 0 0 0
�`G rr o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
rn
�
m
m
�
� �
D �
z �
-_� z
� O
�Z
rn �
� �
rn �
� O
00
-�v �
� r
o r^"
� `'
rn O
� Z
rn �
Z --�
� �
fn C
�
�
Z
C�
�
�
m
x
_
00
00
.p
�
� {�9 j O �
� N N � Efl ffl fA fA N W N O� N O�o � � D
O �
�P N N o 0 0 0.A. c�n � cn � c�i� o rn� o � oo in cn r
� N W o O O O W ' CT CT N -� O O Ut O N �! O O
�I W� O O O O 00 O � O C.Ti O O O O O U� U7 O O
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR.
FROM RAMEY AVE. TO SUNSHINE DR.
City Project Nos. 102691 & 103020
None.
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page I of 1
FORTW�RTH
ATTACHMENT "D"
PROJECT SCHEDULE
A. ENGINEER Project Schedule Development
ENGINEER shall prepare a project schedule for the services to be provided in fulfilling
the requirements of the Agreement and encompassing the Scope of Work defined in
Attachment A to the Agreement.
ENGINEER shall prepare and maintain project schedule throughout the life of the project
as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule.
ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for
planned sequencing of the work activity and timing of the work.
B. Schedule "Tier" Selection
City has identified three "Tier" levels for project schedules as defined in City's
Specification 00 31 15, to align with the size and complexity of the project as a basis for
schedule development. City's Project Manager will determine the "Tier" level for the
ENGINEER's project schedule as part of the negotiation of the Agreement.
C. Project Baseline Schedule
ENGINEER will produce an initial project schedule and submit as a"baseline" for review
and acceptance by City's Project Manager as defined in City's Specification 00 31 15
which will be referred to as the Project Baseline Schedule. Updates to the baseline
schedule follow the requirements of City's Specification 00 31 15.
D. Project Progress Schedule
ENGINEER will provide to the City, monthly updates to their project schedule indicating
progress of the Work in compliance with the requirements of City's Specification 00 31
15 and said schedule will be referred to as the Project Progress Schedule.
E. Master Project Schedule
City will develop and maintain a master project schedule for the overall project.
ENGINEER's project baseline and progress schedule submittals will be an integral part
of the development and updating process of City's Master Project Schedule.
City of Fort Worth, Texas
Attachment D
Revision Date: 07.20.2018
Page 1 of 1
o�
wo
I WI � __ � w' �' m �l ��I__ _w�� �1-�l —=-_� m ��_ _=�i-- A� WI __�� j; � I_m
� �'� � �F t� �S �t � � �� r� tk [� �F r� �1 t4 � � °
' ., .. � :! 7 ,9 � .:'I :`I :i ,'I :7 �9 . :§ :'i . . �.5 .'I :1 1 ,'I, :1 - .
Q, c
» C ='
» � v, o v, -= 2 �, v, n - n � � � 'u v n 9- m � -
,", o
o � 2 �». 0 3 q '" o = o f 3 3 _ 3 3 v' � F 3 -
» � a �T n a
- ^ . n o T � » � � ..
v� 2 � � - � - � � a � <' � �2 m^ � 3 '�0� r' _
�a � m o� '� n � 3 - j uo � o v3 '�' _
3 � ao �ro 4 � _ _ n � 3 � ��
z � - � � � 3 � a� o " � � ' - � d =
°' _ - n 3 � v, c 3 3 £ v -
o � m £^ - _ r�u ,�. q
� � � � - - �° `� C _ t
--o _ v� � � _ £
� - a 3 £ _^
o c n 3 � � � _ ` _ - � � �
� _ ' _. _ o_ � �
� < » = '^ T �
_ � � � �
2 2 _
'° n3 v� N N '^ a N < < N v� �n < in in � �
3 n- 3 in N v� � � u in in in �n
3 3
� n �
� i � o _o � �
� .." � 09 ,7 � ,7 �I��a
0
n �v o _
� D -
? Z v z �
� n o _
o < o � ; 'n
_ '" ? o `°
� � ➢ D
� w o � w
a; ? ^ 3 3
3 � »
,� � 'N � N � N
al
- - 3 3 � 3 3 � 3 -� -� 3 -� ti � F � -� ti � � 3 � � 3 3 3 -� � � -� � -a =
0 0 � � - - � � ° > > > > �
A \ \ A � � \ \ � � � � � � A A \ A � w � � \ � � � �
N Y+ F+ L+ F+ t+ r F+ F+ N Y ~ t+ F+ f+ � Y f+ F• �-+ t. '`\+ F+ �' FN+ V Y �-+ f+ Y F� �' � �
� 3 3
3 3 .r
3 3 '<
�2 ,2
z � _
3 - �
3
3 -
�
3 3 3 i � � � 3 � z F � � 3 � � 3 3 � � _ � _ � � � 3 3 s T - �
p � � � � � � � A \ � \ � � � W � � �
\ � � � � � � � \ \ � � � � � \ � � � � � � � �
� r � � F„ � � � � � F- F- � \ � � � � � � � � � t. Y �' �+ � � � � e.� �
� .-� ., r., n+ ., Y ., Y N .� .. � r .- ., N � ., " � r n � D
m I m m
� /
�
�—k- _ -_
f
I_-
f-- t
9f- �
� o'�
� � � 3
___ - .. .__ . � n
I = A o
0
3 ,� W
� � f-�� o j N
'�- ti--i° � — ° o =
`�° � m
W � - � �
� 'o �e
`�" 3 �
� O�__�f_.' "�"' m
� ' 3
� - m �
n
<
�
0
�
on
�z
�
�
3 � � F
z �
0
�
N 3 3
3 — "- 3
3
v� n '2
3 � 3
3 3 F
3 3 '�
zz
z -
3 ' _ �
�
�
L� L� LF� W L� C� o�ry m� I-- � l� � LI� L� CE� W. r�l__ I� Q� LF� LF� L�I, �. ._LF� _ L� ���._ � o
o. �. ': o, � . � � � . _ .__ _ �� _- .
_ _... � - --mL-:. � _ � ... ��,,.�
!I .'I ,'1 ;'i �i .� :i :7 .. 'I ;! ;7 'i �.9 ;'I :7 ._ V , ., .� �.`I -:9 �,'1 �,9 ,7 :`I . . .. 7 :9 �9io d
n n
N � - y F
o '-' q w o ^. n a � _ v � � o o � n �
w °1 - �v - o' - � � � v 'o_ � Z � o c c v - �� � rAo n m
o � " - a a D - A - _ = o � �< �� �a ��
I n v' y- n F�' 3 n - N 3 � c£ r�„£ � c£
I � _'> � o Q n _ `� _ � 3 � - 2� - a 2�
I � d ^ � � 3 " � d ^ o n m D `° '^ T
I- ' 3 N z » - � � `° '° n m _ c _ � c 3 F
I, n - � _ - 3 x � � �
. _ o ' - n - a � - - �
� - 3 - „ m m o � oc v - o
I � � � D � - �I
o_ - - 3 _ o
i R - c � _ _
I � ' n o 0
I � ✓ c _ o 0
I �
I A
I� N N N h N M H H N � H N � � ti � h N N N � � N H � � � � � H �
� S ~ � C ~ � 3 ~ � _ 3 _ _ - _ _ _ _ - _ ~ S � � ~ � � 3
_ _ _ _ _ ? m
\ � � � \ � � � w � � \ \ \ � � � J � � � � � � � \ \ \ \ \ � \ A �
IN N N N � N N � N � N F� V F� f+ Y F+ 1-+ I-+ `+ '+ 1.+ t+ I-+ F� '.�+ I�-` � � Y 1-+ � �
�
I -� -� � z ti �y � � ti 3 3 � � -� � _ � � � � -i -� � � _ d
� � � � � � � � � � � � \ f
N N � N � ti � � N � � � � � r.� N � � � � � t+ �+ � � � , � , � � � , i�(
� ti ti .. , � � „ � � � � �;>
� .. �od
� A, � 3
„ n
. __._.. _ ___ .___ _... - - » o
I I o ? o
3
m O -
- � � �
- �' �
Io " 'o n
`�" 3 c
�. /—qf-� N n A
I � ' 3
i �
I n
I �
1.— 0� . .. m I c
H
, m m _ m'
i �
♦ -
��—
D
�f � -/
f_ � w
I
A A O A O A O A��_.
V J V J �I V V V V
�
�
ATTACHMENT "E-1"
LOCATION MAPS
Engineering Design Services for:
WATER AND SANITARY SEWER EXTENSIONS ON SHERATON DR.
FROM RAMEY AVE. TO SUNSHINE DR.
City Project Nos. 102691 & 103020
Attached are the locations for water and sanitary sewer lines shown on pages E-2 through E-4, which are
numbered as follows:
E-2 Project Location Map
E-3 Proposed 8" Water Line
Sheraton Dr. (Ramey Ave. to Sunshine Dr.)
E-4 Proposed 8" Sanitary Sewer Line
Sheraton Dr. (Ramey Ave. to Sunshine Dr.)
E-1-1
WATER AND SANITARY SEWER EXTENTIONS ON SHERATON DR.
FROM RAMEY AVE. TO SUNSHINE DR.
CITY PROJECT Nos. 102691 & 103020
1. SHERATON DR. (RAMEY AVE. TO SUNSHINE DR.) 2. SHERATON DR. (RAMEY AVE. TO SUNSHINE DR.)
PROPOSED 8" WATER LINE PROPOSED 8" SANITARY SEWER LINE
RLG
RL G CONSUL TING ElV GINEERS
5601 BRIDGE ST. , SUl TE 420
FOR T WOR TH„ TEXAS 76> 12 817/687— 0080
www.r/ginc.com FIRM REG: F-493
FORT�ORTH
ATTACHMENT E-2
PROJECT LOCATION MAP
�
ATTACHMEIVT E-3
PROPOSED 8" WATER LINE
RLG
WATER MAIN IMPROVEMENTS
SHERATON DR. (RAMEY AVE. TO SUNSHINE DR.)
RL G CONSUL TING ENGINEERS FORT WORTH
5601 BRIDGE ST., SUITE 420
FOR T WOR TH„ TEXAS 76112 817/687— 0080
www.rlginc.com F/RM REG: F-493
LEGEND
W2072-380 PROP. "OPEN CUT"
COUNCIL DISTRICT NO. 5 PROP. VALVE ►t
MAPSCO NO. 79N, S PROP. HYDRANT -�
PROP. REDUCER �
v
,'
I J
CU
N
�
m
I Z _ -
�
�
li Z
Y
� Z �
16 D.L 9314 5 _ � � 6 D.I. 9314 6 SCALE: N.T.S.
� _ - - -- -
i
__ -I O
r�� � �
�,�, . � I ; �
'\ � � � � �� � '� Z �
,_�
PROP. 8 SS I 3
� � � - - � - ���
' �� �� ��; i '�� ��I
—� � � \ i' _ — , -
: �\ ;� `. , i _
I `� _ , ---- - '
�- -- -
ui
°: - - ; -
, � I ' '�- - I
0
, �i -- I - 'I
, I -_ I , - -
� ), �-
i -- - � -�- - I
-- �- 6 D.t 5680 12 � -- —
.I I �
- -- -
- - - - �
,, � — --� � � � ��
. � �
_- �
m '�
i -- �
�Z �
I , , . ,
O
z
Y
LEGEND
S2072-380 PROP. "OPEN CUT" �
COUNCIL DISTRICT NO. 5 PROP. SSMH •
MAPSCO NO. 79N, S
ATTACHMENT E-4
PROPOSED 8" SANITARY SEWER LINE
SANITARY SEWER MAIN IMPROVEMENTS
SHERATON DR. (RAMEY AVE. TO SUNSHINE DR.)
RL G CONSUL TING ENGINEERS FO�T �O�TH
R` 'G FOR T WOR TH„ BTEXA S 76112U1817/687- 0080
www.rlginc.com FIRM REG: F-493
a
ATTACHMENT F
This Addendum is hereby incorporated into the agreement by reference herein for all
purposes.
ADDENDUM OF FEDERAL ItEQUIREMENTS
FOR COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS
The following sections must be included in bid documents and contracts or subcontracts involving
the use of federal funds.
1.01 Terms Applicable to Contractors, Subcontractors aud Suppliers.
Contractor understands and agrees that all terms of this Contract, whether regulatory ar
otherwise, shall apply to any and all Subcontractors and Suppliers of Contractor which are in any
way paid with United States Department of Housing and Urban Development (HUD) Community
Development Block Grant (CDBG) Funds or who perform any work in connection with the Wark.
Contractor shall cause all applicable provisions of this Contract to be included in and made a part
of any contract or subcontract executed in the performance of its obligations hereunder, including
if applicable its obligations regarding the CDBG Regulations, the CDBG Requirements, and the
City Requir•ements during the Construction Period. Contractor shall monitor the services and wark
performed by its Subcontractors and Suppliers and Others on a regular basis for compliance, as
applicable, with the CDBG Regulations, the CDBG Requirements, and the City Requirements as
well as the Contract provisions. Contractor must cure all violations of the CDBG Regulations
committed by its Subcontractois or Suppliers. Contractor acknowledges that the provisions of
this Section shall survive the earlier termination or expiration of this Contract and be
applicable for the length of the Construction Period and for 5 years thereafter.
1.02 Contractor, Vendor and Subcontractor Requirements.
Contractor will use commercially reasonable efforts to ensure that all Subcontractors or
Suppliers utilized in the construction of the Work are appropriately licensed and such licenses are
maintained throughout the construction of the Work. Contractor shall ensure that all
Subcontractors or Suppliers utilized by Contractor in the construction of the Work are not debarred
ar suspended from performing the Contractor's, Subcontractor's or Supplier's work by the City,
the State of Texas, or the Federal government. Contractor acknowledges that 24 CFR Part
85.35 forbids Contractor from hiring or continuing to employ any Subcontractor or Supplier
that is listed on the Federal Excluded Parties List System for Award Management,
�v�i���.sam.�ov (`SAM"). Contractor must confirm by search of SAM that all Subcontractors or
Suppliers are not listed as being debarred, both prior to hiring and prior to submitting a Partial
Pay Estimate which includes invoices from any such Subcontractor or Supplier. Failure to submit
such i•p oofs of search shall be an event of default. In the event that City detei�rnines that any
Subcontractor or Supplier has been debarred, suspended, or is not properly licensed, Contractor
shall immediately cause such Subcontractor or Supplier to stop work on the Work and Contractor
shall not be reimbursed for any work performed by such Subcontractor or Supplier. However, this
Section should not be construed to be an assumption of any responsibility or liability by City for
Addendum of Federal Requirements for CDBG Funds 02.28.19
Sheraton Drive (Ramey Avenue to Sunshine Drive)
CDBG Water and Sanitary Sewer Extensions Project 1
the determination of the legitimacy, quality, ability, or good standing of any Contractor,
Subcontractor or Supplier. Conti•actor acknowledges that the provisions of this Section
pertaining to SAM shall survive the termination of this Contract and be applicable for the
length of the Construction Period.
1.03 Environmental Review.
Funds will not be paid, and costs cannot be incurred, until City has conducted and
completed an Environmental Review Record as required by 24 CFR Part 58. The environmental
review may result in a decision to proceed with, modify, or cancel the project.
1.03.01 Mitigation.
If applicable, Contractor must implement mitigation actions outlined in the
Environmental Review Record. Failure to complete the required mitigation action is an
event of default under this Contract.
1.04 Compliance With All Applicable Laws and Regulations.
Contractor agrees to comply fully with all applicable laws and regulations that are currently
in effect or that are hereafter amended during the term of this Contract and throughout the
Construction Period. Those laws include, but are not limited to:
➢ CDBG Regulations found in 24 CFR Part 570.
➢ Title I of the Housing and Community Development Act of 1974, as amended, (42
USC 5301 et seq.)
➢ Title VI of the Civil Rights Act of 1964 (42 U.S.C. Sections 2000d et seg.) including
provisions requiring recipients of federal assistance to ensure meaningful access by
person of limited English proficiency
➢ The Fair Housing Act, Title VIII of the Civil Rights Act of 1968 (42 U.S.C. Sections
3601 et seq.)
➢ Executive Orders 11063, 11246 as amended by 11375 and 12086 and as supplemented
by Department of Labor regulations 41 CFR, Part 60
➢ The Age Discrimination in Employment Act of 1967
➢ The Age Discrimination Act of 1975 (42 U.S.C. Sections 6101 et seq.)
➢ The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970
(42 U.S.C. Sections 4601 et seq. and 49 CFR Part 24) ("URA")
➢ Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. Sections 794 et seq.) and 24
CFR Part 8 where applicable
➢ National Environmental Policy Act of 1969, as amended, 42 U.S.C. sections 4321 et
seq. ("I�]EPA") and the related authorities listed in 24 CFR Part 58.
➢ The Clean Air Act, as amended, (42 U.S.C. Sections 1251 et seq.) and the Clean Water
Act of 1977, as amended (33 U.S.C. Sections 1251 et seq.) and the related Executive
Order 11738 and Environmental Protection Agency Regulations at 40 CFR Part 15. In
no event shall any amount of the assistance provided under this Contract be utilized
with respect to a facility that has given rise to a conviction under the Clean Air Act or
the Clean Water Act.
➢ Immigration Reform and Control Act of 1986 (8 U.S.C. Sections 1101 et seq.)
specifically including the provisions requiring employer veriiications of legal status of
Addendum of Federal Requirements for CDBG Funds 02.28.19
Sheraton Drive (Ramey Avenue to Sunshine Drive)
CDBG Water and Sanitary Sewer Extensions Project 2
its employees
➢ The Americans with Disabilities Act of 1990 (42 U.S.C. Sections 12101 et seq.), the
Architectural Barriers Act of 1968 as amended (42 U.S.C. sections 4151 et seq.) and
the Uniform Federal Accessibility Standards, 24 CFR Part 40, Appendix A
➢ Regulations at 24 CFR Part 87 related to lobbying, including the requirement that
certifications and disclosures be obtained from all covered persons
➢ Drug Free Workplace Act of 1988 (41 U.S.C. Sections 701 et seq.) and 24 CFR Part
23, Subpart F
➢ Executive Order 12549 and 24 CFR Part 5.105(c) pertaining to restrictions on
participation by ineligible, debarred or suspended persons or entities
➢ Section 6002 of the Solid Waste Disposal Act, as amended by the Resource
Conservation and Recovery Act
➢ Guidelines of the Environmental Protection Agency at 40 CFR Part 247
➢ For contracts and subgrants for construction or repair, Copeland "Anti-Kickback" Act
(18 U.S.C. 874) as supplemented in 29 CFR Part 5
➢ For construction contracts in excess of $2,000, and in excess of $2,500 for other
contracts which involve the employment of inechanics or labarers, Sections 103 and
107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327A 300) as
supplemented by 29 CFR Part 5
➢ Lead-Based Paint Poisoning Prevention Act (42 U.S.C. 4801 et seq.), as amended by
the Residential Lead-Based Paint Hazard Reduction Act of 1992 (42 U.S.C. 4851 et
seq.) and implementing regulations at 24 CFR Part 35, subparts A, B, M, and R
➢ Uniform Administrative Requirements, Cost Principles, and Audit Requirements far
Federal Awards, 2 CFR Part 200 et seq.
➢ Federal Funding Accountability and Transparency Act of 2006, (Pub.L. 109-282, as
amended by Section 6205(a) of Pub.L. 110-252 and Section 3 of Pub.L. 113-101)
➢ Federal Whistleblower Regulations, 10 U.S.C. 2409, 41 U.S.C. 4712, 10 U.S.C. 2324,
41 U.S.C. 4304 and 41 U.S.C. 4310.
1.05 HUD-Assisted Projects and Emplovment and other Economic Opportunities; Section
3 Requirements.
1.05.01 Requirement that Law Be Quoted in Covered Contracts. — Certain
Requirements Pertainin� to Section 3 of the Housin� and Urban Development Act of
1968 as Amended (12 U.S.C. Sections 1701 et seq.) and its Related Re�ulations at 24
CFR Part 135
If the construction of the Wark will cause the creation of izew employment,
training, or contracting opporiunities on a Contractor or Subcontractor level resulting from
the expenditure of the CDBG Funds, Contractor shall comply with the following and will
ensure that its Subcontractors also comply. If the work performed under this Contract
is on a project assisted under a program providing direct Federal financial assistance
from HUD, Section 3 of 24 CFR 135.38 ("Section 3") requires that the following
clause, shown in italics, be inserted in all covered contracts ("Section 3 Clause"):
Section to be quoted in covered contracts begins:
Addendum of Federal Requiretnents for CDBG Funds 02.28.19
Sheraton Drive (Ramey Avenue to Sunshine Drive)
CDBG Water and Sanitaiy Sewer Extensions Project 3
"A. The ��ork to be peifor�naed i�nder� this contract is subject to the
i�eqz�ir�ements of Section 3 of HoZrsing anc� Urban Development Act of
1968, as amended, 12 U.S.C. sectiot� 1701ar (Section 3). The panpose of
Section 3 is to ensarre that ery�ployment and other econornic opporturrities
gener•ated by HUD-assisted programs covered by Section 3, shall to the
greatest extent feasible, be di��ected to loti-v- and very-lotiv ii�come persons,
particarinr•ly persons �vho ar�e i�ecipients of HUD assistance for housing.
B. The parties to this contract agi�ee to comply ��ith HUD's regzrlations
in 24 CFR Pai�t 135, which if�7plernent Section 3. As evidenced by theii�
execartiorr of this cof�h�act, the parties to this conh�act cer�t�� that they a��e
i�nder� rro conb�actzral o�� othei� i»zpediment that tivould preverrt them fi•om
complying with the Part 135 rega�lations.
C. The conh�actor� ag�ees to send to each labor organization or
representative of workers with 1��hich it has a collective ba�gaini��g
a��eement of° other� zrncle�•standing, if any, a notice advising the labor•
orgaf�ization o�� tia�or•kers' r�ep��esentatives of the conh•actor's commitments
under this Section 3 clazrse and will post copies of the notice in
conspiczrozrs places at the ��of�k site ��her�e botl� einployees and applicants
fo�° �•ainij�g and employmer�t positions can see the notice. The notice shall
desci•ibe the Section 3 p��•efererrce, shall set forth minimuf�� nirmber arrc�
job titles szibject to hire, availabilit}� of apprentice and h�aining posriio��s,
the qzralifrcations for each; and the name and location of the pe��son(s)
taking applications fof� each of the positions; and the afaticipated date the
work shall begin.
D. Tl�e cont��actor ag��ees that it ��ill inclucle this Section 3 clazrse in
eveiy sarbconh�act to conzply ti��ith r•egzrlation in 24 CFR Paf•t 135, and
agrees to take app��opi°iate actio», as p�°ovided in ai7 applicable p�rovision
of the strbconh�act o�° in this Section 3 cla2rse, zrpon fi»ding that the
sarbconh"GCZOT� is in violatioj� of the i°egzrlations ii� 24 CFR Par�t 135. The
conh�actor• will not szrbconh�act tivith any szrbconh�actor whei�e it has notice
of• I�r�owledge that the subcontr�actor has been found in violation of
r•egtclations in 24 CFR 135.
E. The corrh�actor will ce�°t�� that any vacant e�nployment positions,
inclirdin�g tr�aining positions that af�e filled: (1) after the conh�actor is
selected but befo�-e the conh�act is execzrted, at�d (2) mith peJ�sons other�
tharr those to whom the ��egarlations of 24 CFR Pa�•t 135 r•eqzrii�e
employment opportzrf�ities to be di��ected, were rrot filled to ci��camavent the
conh�acto��'s obligations aa�der 24 CFR Pai�t 135. The contr�actor• will not
szrbcontract ��ith arry szrbconh�acto�- whe�°e it has notice or kno��ledge that
the szrbconh°actor has bee» fouf�d in violation of regulations in 24 CFR
135.
F. Noncompliaf�ce ��ith HUD's i°egulation in 24 CFR Pa��t 135 may
i�eszrlt in sanctions, ter�mination of this conti�actfof° c�efault, arrd debal°ment
o�� szrspension fi�onz firtzr�°e HUD-assisted cont��acts.
G. With ��espect to tivork pe� foi•naed irr cof�nection with Section 3
Addendum of Federal Requirements for CDBG Funds
Sheraton Drive (Ramey Avenue to Sunshine Drive)
CDBG Water and Sanitary Sewer Extensions Project
02.28.19
4
cover•ec� Indian hozrsij�g assistance, sectio�� 7(b) of the Indian Sel.f-
Deter�inination and Ec�zrcation Assistaf�ce Act (25 U.S.C. section 450e)
also applies to the wor•k to be pe� formed an7der this Contf�act. Section 7(b)
r�eqzri�-es that to the gr•eatest extent feasible (i) pr�eference aj�d
oppof�ti�nities foi� t��•aining and ejnployment shall be given to Indiaf�s, and
(ii) prefej�er�ce ii� the ati��ard of conh�acts and szrbcorrb�acts shall be given
to If�dia» oiganizations n»d Indian-o�-vned Economic Enterprises. PaJ�ties
to this coj�tract that are szrbject to the p�•ovisiorrs of Sectio» 3 and Section
7(b) agree to cof��ply with Section 3 to the n�aximurn extent feasible, bzrt
f�ot in der�ogation of con�pliaf�ce with Section 7(b). "
Section to be quoted in covered contracts ends.
1.05.02 Section 3 Reportin� Requirements.
In order to comply with the Section 3 requirements, Contractor must submit the
form attached as Section 3 Summary Report (form HUD-60002) in accordance with 24
CFR Part 135.90.
1.05.02.01 Contractor must report all applicants for employment by Contractor
and any Subcontractor to City on an annual basis. This shall include name,
address, zip code, date of application, and status (hired/not-hired) as of the date
of the report.
1.05.02.02 Contractor must advertise available positions to the public for open
competition, and provide documentation to City with the quarterly report that
demonstrates such open advertisement, in the form of printout of Texas
Workforce Commission posting, copy of newspaper advertisement, copy of flyers
and listing of locations where flyers were distributed, and the like.
1.05.02.03 Contractor must report all contracts awarded by Contractor and
Subcontractor to City on an annual basis. This shall include name of Contractor
and/or Subcontractor, address, zip code, and amount of award as of the date of
the report.
1.06 Prohibition A�ainst Discrimination.
1.06.01 General Statement.
Contractor, in the execution, performance or attempted performance of this
Contract, and in operation of services provided on the Property, shall comply with all non-
discrimination requirements of 24 CFR 570.607 and the ordinances codiiied at Chapter 17,
Article III, Division 4— Fair Hozrsing of the City Code. Contractor may not discriminate
against any person because of race, color, sex, gender, religion, national origin, familial
status, disability or perceived disability, sexual orientation, gender identity, gender
expression, or transgender, nor will Contractor permit its officers, members, agents,
employees, vendors, or project participants to engage in such discrimination.
Addendum o£ Federal Requirements for CDBG Funds
Sheraton Drive (Ramey Avenue to Sunshine Drive)
CDBG Water and Sanitary Sewer Extensions Project
02.28.19
5
This Contract is made and entered into with reference specifically to the
ordinances codified at Chapter 17, Article III, Division 3- E»aploymef�t P��actices of the
City Code, and Contractor hereby covenants and agrees that Contractor, its officers,
members, agents, employees, vendors, and contractors, have fully complied with all
provisions of same and that no employee, or applicant for employment has been
discriminated against under the terms of such ordinances by either or its officers, members,
agents, employees, vendors, or contractors.
1.06.02 No Discrimination in Employment durin� the Performance of this Contract.
During the performance of this Contract, Contractor agrees to the following
provision, and will require for the construction of the Work that its Subcontractors and
Suppliers also comply with such provision by including it in all contracts with its
Subcontractors or Suppliers:
fSarbcont��acto��'s oi° Sar��lier�'s NaJ��e1 will not unlawfully discriminate against
any employee or applicants for employment because of race, colar, sex, gender, religion,
national origin, familial status, disability or perceived disability, sexual orientation, gender
identity, gender expression ar transgender. �Szrbcontr•acto�°'s or� Szr��liei•'s Namel_will
take affirmative action to ensure that applicants are hired without regard to race, color, sex,
gender, religion, national origin, familial status, disability or perceived disability, sexual
orientation, gender identity, gender expression or transgender and that employees are
treated fairly during employment without regard to their race, color, sex, gender, religion,
national origin, familial status, disability or perceived disability, sexual orientation, gender
identity, gender expression ar transgender. Such action shall include, but not be limited to,
the following: employment, upgrading, demotion or transfer, recruitment ar recruitment
advertising, layoff or termination, rates of pay or other forms of compensation, and
selection for training, including apprenticeship. fSzrbcont��actoi�'s oi� Su�plier's
Name _agrees to post in conspicuous places, available to employees and applicants for
employment, notices setting forth the provisions of this nondiscrimination clause.
fSzrbcontracto�°'s or Sai��lier•'s Namel will, in all solicitations or advertisements
for employees placed by or on behalf of fSubcontractor's o�° Su�plier's Namel, state that
all qualified applicants will receive consideration for employment without regard to race,
color, sex, gender, religion, national origin, familial status, disability or perceived
disability, sexual orientation, gender identity, gender expression or transgender.
fSZrbconh�actof�'s or Szr�pliey�'s Namel covenants that neither it nor any of its
officers, members, agents, employees, or contractors, while engaged in performing this
Contract, shall, in connection with the employment, advancement or discharge of
employees or in connection with the terms, conditions ar privileges of their employment,
discriminate against persons because of their age or because of any disability ar perceived
disability, except on the basis of a bona fide occupational qualification, retirement plan or
statutory requirement.
Addendum of Federal Requirements for CDBG Funds
Sheraton Drive (Ramey Avenue to Sunshine Drive)
CDBG Water and Sanitary Sewer Extensions Project
02.28.19
C�
ISzrbcont��actor�'s o�� Szr��liej•'s Namel further covenants that neither it nor its
officers, members, agents, employees, contractors, ar persons acting on their behalf, shall
specify, in solicitations or advertisements for employees to work on this Contract, a
maximum age limit for such employment unless the specified maximum age limit is based
upon a bona fide occupational qualification, retirement plan or statutory requirement.
1.06.03 Contractor's Contractors and the ADA.
In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any of its contractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor
in the availability, terms and/or conditions of employment for applicants for employment
with, or employees of Contractor or any of its contractors. CONTRACTOR
WARRANTS IT WILL FULLY COMPLY WITH ADA'S PROVISIONS AND ANY
OTHER APPLICABLE FEDERAL, STATE AND LOCAL LAWS CONCERNING
DISABILITY AND WILL DEFEND, INDEMNIFY AND HOLD CITY HARMLESS
AGAINST ANY CLAIMS OR ALLEGATIONS ASSERTED BY THIRD PARTIES
OR CONTRACTORS AGAINST CITY ARISING OUT OF CONTRACTOR'S
AND/OR ITS CONTRACTORS', AGENTS' OR EMPLOYEES' ALLEGED
FAILURE TO COMPLY WITH THE ABOVE-REFERENCED LAWS
CONCERNING DISABILITY DISCRIMINATION IN THE PERFORMANCE OF
THIS CONTRACT.
1.07 Labor Standards.
1.07.01 As applicable, Contractor agrees to comply with the requirements of the Secretary
of Labor in accordance with the Davis-Bacon Act (40 U.S.C. 276a-7) as amended, the
provisions of Contract Wark Hours and Safety Standards Act (40 U.S.C. 327 et sec�.) and
all other applicable Federal, State and local laws and regulations pertaining to labor
standards insofar as those acts apply to the performance of this Contract. Contractor agrees
to comply with the Copeland Anti-Kick Back Act (18 U.S.C. 874 et seq.) and its
implementing regulations of the United States Department of Labor at 29 CFR Part 5.
Contractor shall maintain documentation that demonstrates compliance with hour and
wage requirements of this Contract and the CDBG Regulations. Such documentation shall
be made available promptly to City for review upon request.
1.07.02 Contractor agrees that, where required by the CDBG Regulations, all contractors
engaged under contract for construction, renovation or repair wark financed in whole or in
part with assistance provided under this Contract, shall comply with Federal requirements
adopted by City pertaining to such contracts and with the applicable requirements of the
regulations of the Department of Labor under 29 CFR Parts 1, 3, 5 and 7 goveming the
payment of wages and ratio of apprentices and trainees to journey workers; provided that,
if wage rates higher than those required under these regulations are imposed by state or
local law, nothing hereunder is intended to relieve Contractor of its obligation, if any, to
require payment of the higher wage. Contractor shall cause or require to be inserted in full
Addendum of Federal Requirements for CDBG Funds
Sheraton Drive (Ramey Avenue to Sunshine Drive)
CDBG Water and Sanitaty Sewer Extensions Project
02.28.19
7
provisions meeting the requirements of this paragraph in all such contracts subject to such
regulations.
1.07.03 If applicable, Contractor and all lower tier subcontractors will comply with the
Davis-Bacon Act as described and attached as Federal Labor Standards Provisions —
Davis-Bacon Requirements (form HCJD-4010). Contractor shall provide City access to
employee payrolls, Subcontractor payrolls and other wage information for persons
performing construction of the Wark. Payrolls must be submitted to the Neighborhood
Services Department weekly, and must be available to Neighborhood Services Department
staff upon request. In addition, Contractor shall ensure that City will have access to
employees and Subcontractors and their employees in order to conduct onsite interviews
with laborers and mechanics. Contractor shall inform its Subcontractors that City staff
and/or Federal agencies may conduct periodic employee wage interview visits during the
construction of the Work to ensure compliance.
1.08 Subcontractin� with Small and Miuority Firms, Women's Business Enterprises and
Labor Surplus Areas
1.08.01 It is national policy to award a fair share of contracts to disadvantaged business
enterprises ("DBEs"), small business enterprises ("SBEs"), minority business enterprises
("MBEs"), and women's business enterprises ("WBEs"). Accardingly, affirmative steps
must be taken to assure that DBEs, SBEs, MBEs, and WBEs are utilized when possible as
sources of supplies, equipment, construction and services.
1.08.02 In order to comply with Federal reporting requirements, Contractor must submit
the form attached as Contract and Subcontract Activity (form HUD-2516) for each
contract ar subcontract with a value of $10,000.00 or more paid or to be paid with the
CDBG Funds. Contractor shall submit this form annually.
1.09 Ri�ht to Inspect Contractor Contracts
It is agreed that City has the right to inspect and approve in writing, prior to any charges
being incurred, any proposed contracts between Contractor and (i) its Subcontractors, including
any lower tier subcontractars engaged in any activity that is funded as a part of the
construction of the Work to ensure they contain Davis-Bacon Act and Section 3 requirements,
(ii) Supplier contracts arising out of the construction of the Work, and (iii) any third party
contracts to be paid with CDBG Funds.
1.10 Certification Re�ardin� Lobbyin�.
The undersigned representative of Contractor hereby certifies, to the best of his or her
knowledge and belief, that:
No Fedei°al app��opi�iated firnds have been paid o�• will be paid, by or on behalf of
Co�h�actoi�, to any person for ii�flirencing or attempting to inflZrence an o�cer� or�
employee of any Cof�h•actor, a mei��ber• of Congress, an officer• or employee of
Congi•ess in cof�nection ti��ith the aia�arding of any Federal conh�act, the making of
Addendum of Federal Requirements for CDBG Funds 02.28.19
Sheraton Drive (Ramey Avenue to Sunshine Drive)
CDBG Water and Sanitaty Sewer Extensions Project 8
any Fede�•al gr�arrt., the making of any Fedet-al loarr, tl�e errtei°ing irrto of any
cooper�ative agreemef�t and the extension, continz�ation, �-enetival, amendnaent, oi�
modifrcatioj� of any Fec�e��al co»h-act, g��ant, loan or• coope��atine a��een�ent.
If any�iry�ds othey� than federally appt•opriated fin�ds have been paid oN will be paicl
to a��y person for infliref�cing or attemptit�g to infliiej�ce an o�cei� o��� employee of
any Conh�actof°, membei� of Coi�gress in coni�ection tii�ith this Fedei�al conh�act,
graj�t., loarr or cooperative agreeme�t, Conh•actor shall complete and submit
Standar•d Fo��m-LLL, "Disclosari•e For�m to Report Lobbying, " in acco��dance with
its insh�uctions.
This certifrcation is a material representatio� of fact i�porr which reliance was
placed 1��hen this Cont��act was fnade or errte�•ec� into. Submission of this certificate
is a p��ereqirisite for makrng or entering it�to this Conb�act imposec� by 31 U.S.C.
Section 1352. Any pei�sorr who fails to file the r�equii•ed cer•tification shall be subject
to a civil penalty of not less than $10, 000. 00 af�c� not mof-e than $100, 000. DO for
each such failzn�e.
Contractor shall require that the language of this certification be included in all
subcontracts or agreements involving the expenditure of federal funds.
Contractar agrees that Contractar is bound by the terms and conditions set out in this Addendum
and further agrees that this Addendum is part of the Contract Documents and is incorporated into
the Agreement for all purposes.
Addendum of Federal Requirements for CDBG Funds
Sheraton Drive (Ramey Avenue to Sunshine Drive)
CDBG Water and Sanitary Sewer Extensions Project
02.28.19
�