HomeMy WebLinkAboutContract 43960 crry SECRETARY i
COMRACT NO
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home-rule
municipality (the "CITY"), and RJN Group, Inc., authorized to do business in Texas, (the
"ENGINEER"), for a PROJECT generally described as: Village Creek Parallel Interceptor,
M-5031M-244 Improvements.
Article I
Scope of Services
A. The Scope of Services is set forth in Attachment A.
Article Il
Compensation
A. The ENGINEER's compensation shall be $349,740.00 as set forth in
Attachment B.
Article III
Terms of Payment
Payments to the ENGINEER will be made as follows:
A. Invoice and Payment
(1) The Engineer shall provide the City sufficient documentation, including but
not limited to meeting the requirements set forth in Attachment D to this
AGREEMENT, to reasonably substantiate the invoices.
(2) The ENGINEER will issue monthly invoices for all work performed under this
AGREEMENT. Invoices are due and payable within 30 days of receipt.
(3) Upon completion of services enumerated in Article I, the final payment of
any balance will be due within 30 days of receipt of the final invoice.
City of Fort Worth,Texas RnD
Standard Agreement for Engineering Related Design Services OFFICIAL RFC
PMO Official~Release Date:0810912012
Page 1 of 16 CITY SECRETARY
WORTH,TX
(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 standard of care applicable to the ENGINEER's services will be the
degree of skill and diligence normally employed in -the State of Texas by
professional engineers or consultants performing the same or similar
services at the time such services are performed.
Cr Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise
the CITY concerning the results of same. Such surveys, tests, and
investigations shall be furnished by the CITY, unless otherwise
specified in Attachment A.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:08/09/2012
Page 2 of 16
(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
indicating that the PROJECT, when completed, will be in accordance with
the Contract Documents, nor shall anything in the Contract Documents or
the agreement between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on-site inspections to
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:08/09/2012
Page 3 of 16
f
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
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
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:08/09/2012
Page 4of16
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 -rom others that are 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 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
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
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO official Release Date:08109/2012
Page 5 of 16
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 o r location.
i. The CITY shall be included as an insured under the CGL, using
ISO additional insured endorsement or a substitute providing
equivalent coverage, and under the commercial umbrella, if any.
This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the
CITY. The Commercial General Liability insurance policy shall
have no exclusions by endorsements that would alter or nullify:
prernisesfoperations, productslcompleted operations, contractual,
personal injury, or advertizing injury, which are normally contained
within the policy, unless the CITY approves such exclusions in
writing.
ii. ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by the commercial general
liability or commercial umbrella liability insurance maintained in
accordance with this agreement.
b. Business Auto --- the ENGINEER shall maintain business auto liability
and, if necessary, commercial umbrella liability insurance with a limit of
not less than $1,000,000 each accident. Such insurance shall cover
liability arising out of "any auto", including owned, hired, and non-owned
autos, when said vehicle is used in the course of the PROJECT. If the
engineer owns no vehicles, coverage for hired or non-owned is
acceptable.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO official Release Date:08/09/2012
Page 6of16
i. ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by the business auto liability or
commercial umbrella liability insurance obtained by ENGINEER
pursuant to this agreement or under any applicable auto physical
damage coverage.
c. Workers' Compensation --ENGINEER shall maintain workers
compensation and employers liability insurance and, if necessary,
commercial umbrella liability insurance with a limit of not less than
$100,000.00 each accident for bodily injury by accident or $100,000.00
each employee for bodily injury by disease, with $500,000.00 policy limit.
i. ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by workers compensation and
employer's liability or commercial umbrella insurance obtained by
ENGINEER pursuant to this agreement.
d. Professional Liability — the ENGINEER shall maintain professional
liability, a claims-made policy, with a minimum of $1,000,000.00 per
claim and aggregate. The policy shall contain a retroactive date prior to
the date of the contract or the first date of services to be performed,
whichever is earlier. Coverage shall be maintained for a period of 5 years
following the completion of the contract. An annual certificate of
insurance specifically referencing this project shall be submitted to the
CITY for each year following completion of the contract.
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be delivered to the CITY prior to ENGINEER
proceeding with the PROJECT.
b. Applicable policies shall be endorsed to name the CITY an Additional
Insured thereon, as its interests may appear. The term CITY shall
include its employees, officers, officials, agents, and volunteers as
respects the contracted services.
c. Certificate(s) of insurance shall document that insurance coverage
specified in this agreement are provided under applicable policies
documented thereon.
d. Any failure on part of the CITY to request required insurance
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:08/09/2012
Page 7of16
documentation shall not constitute a waiver of the insurance
requirements.
e. A minimum of thirty (30) days notice of cancellation or material change in
coverage shall be provided to the CITY. A ten (10) days notice shall be
acceptable in the event of non-payment of premium. Notice shall be sent
to the respective Department Director (by name), city of Fort Worth,
1000 Throckmorton, Fort Worth, Texas 75102.
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 charge or alter the requirements herein is subject to approval by
the CITY in writing, if coverage is not provided on a first-dollar basis. The
CITY, at it sole discretion, may consent to alternative coverage
maintained through insurance pools or risk retention groups. Dedicated
financial resources or letters of credit may also be acceptable to the
CITY.
h. Applicable policies shall each be endorsed with a waiver of subrogation
in favor of the CITY as respects the PROJECT.
i. The CITY shall be entitled, upon its request and without incurring
expense, to review the ENGI N EER'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
final payments.
1. The CITY shall not be responsible for the direct payment of any
insurance premiums required by this agreement.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:08/09/2012
Page 8 of 16
m. Sub consultants and subcontractors to/of the ENGINEER shall be
required by the ENGINEER to maintain the same or reasonably
equivalent insurance coverage as required for the ENGINEER. When
sub consultants/subcontractors maintain insurance coverage,
ENGINEER shall provide CITY with documentation thereof on a
certificate of insurance.
L. Independent Consultant
The ENGINEER agrees to perform all services as an independent
consultant and not as a subcontractor, agent, or employee of the CITY.
M. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure
in writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing
of any conflicts of interest that develop subsequent to the signing of this
contract and prior to final payment under the contract.
N. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remed iation 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
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.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO official Release Date:08/09/2012
Page 9of16
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
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.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:08/09/2012
Page 10 of 16
E. Prompt Notice
The CITY will give prompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior
role in the generation, treatment, storage, or disposition of such
materials. In consideration of the associated risks that may give rise to
claims by third parties or employees of City, City hereby releases
ENGINEER from any damage or liability related to the presence of
such materials.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos
is a result of ENGINEER's negligence or if ENGINEER brings such
hazardous substance, contaminant or asbestos onto the project.
G. Contractor Indemnification and Claims
The CITY agrees to include in all construction contracts the provisions of
Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and
provisions providing contractor indemnification of the CITY and the
ENGINEER for contractor's negligence.
H. contractor claims and Third-Party Beneficiaries
( 1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out of,
in connection with, or resulting from the engineering
services performed. only the CITY will be the beneficiary
of any undertaking by the ENGINEER."
(2) This AGREEMENT gives no,rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third-party beneficiaries.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO official Release Date:08/09/2012
Page 11 of 16
(3) The CITY will include in each agreement it enters into with any other entity
or person regarding the PROJECT a provision that such entity or person
shall have no third-party beneficiary rights under this Agreement.
(4) Nothing contained in this section V.H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
I. CITY's Insurance
(1) The CITY may maintain property insurance on certain pre-existing structures
associated with the PROJECT.
(Z) The CITY will ensure that Builders Risk/Installation insurance is maintained
at the replacement cost value of the PROJECT. The CITY may provide
ENGINEER a copy of the policy or documentation of such on a certificate of
insurance.
(3) The CITY will specify that the Builders Risk/Installation insurance shall be
comprehensive in coverage appropriate to the PROJECT risks.
J. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required
or requested assistance to support, prepare, document, 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.
Article VI
General Legal Provisions
Amendments to Article VI, if any, are included in Attachment C.
A. Authorization to Proceed
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:08/09/2012
Page 12 of 16
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' performance of its
obligations hereunder.
D. Termination
(1) This AGREEMENT may be terminated only by the City for convenience on
30 days' written notice. This AGREEMENT may be terminated by either the
CITY or the ENGINEER for cause if either party fails substantially to perform
through no fault of the other and does not commence correction of such
nonperformance with in 5 days of written notice and diligently complete the
correction thereafter.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER. will be paid for termination expenses as follows:
a.} Cost of reproduction of partial or complete studies, plans,
specifications or other forms of ENGINEER'S work product;
b.) Out-of-pocket expenses for purchasing electronic data files and other
data storage supplies or services;
C.) The time requirements for the ENGINEER'S personnel to document
the work underway at the time of the CITY'S termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will
submit to the CITY an itemized statement of all termination expenses. The
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:0810912012
Page 13 of 16
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 PRGJECT's schedule,
commitment and cost of the ENGINEER's personnel and subcontractors,
and ENGINEER's compensation will be made.
F. Indemnification
In accordance with Texas Local Government Code Section 271.904, the
ENGINEER shall indemnify, hold harmless, and defend the CITY against
liability for any damage caused by or resulting from an act of negligence,
intentional tort, intellectual property infringement, or failure to pay a
subcontractor or supplier committed by the ENGINEER or ENGINEER's
agent, consultant under contract, or another entity over which the
ENGINEER exercises control.
G. Assignment
Neither party shall assign all or any part of this AGREEMENT without the
prior written consent of the other party.
H. Interpretation
Limitations on liability and indemnities in this AGREEMENT are business
understandings between the parties and shall apply to all the different
theories of recovery, including breach of contract or warranty, tort including
negligence, strict or statutory liability, or any other cause of action, except for
willful misconduct or gross negligence for limitations of liability and sole
negligence for indemnification. Parties mean the CITY and the ENGINEER,
and their officers, employees, agents, and subcontractors.
I. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT,
its interpretation and performance, and any other claims related to it. The
venue for any litigation related to this AGREEMENT shall be Tarrant County,
Texas.
City of Fort worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:08/0912012
Page 14 of 16
J. Severability and Survival
If any of the provisions contained in -this AGREEMENT are held for any
reason to be invalid, illegal, or unenforceable in any respect, such invalidity,
illegality, or unenforceability will not affect any other provision, and this
AGREEMENT shall be construed as if such invalid, illegal, or unenforceable
provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F.,
vi.H., and V1.I. shall survive termination of this AGREEMENT for any cause.
K. observe and comply
ENGINEER shall at all times observe and comply with all federal and State
laws and regulations and with all City ordinances and regulations which in
any way affect this AGREEMENT and the work hereunder, and shall
observe and comply with all orders, laws ordinances and regulations which
may exist or may be enacted later by governing bodies having jurisdiction or
authority for such enactment. No plea of misunderstanding or ignorance
thereof shall be considered. ENGINEER agrees to defend, indemnify and
hold harmless CITY and all of its officers, agents and employees from and
against all claims or liability arising out of the violation of any such order, law,
ordinance, or regulation, whether it be by itself or its employees.
Article Vill
Attachments, Schedules, and Signatures
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. The following attachments
and schedules are hereby made a part of this AGREEMENT:
Attachment A - Scope of Services
Attachment B --compensation
Attachment C -Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
iCity of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
�MO Official Release Date:08109/2012
bage 15 of 16
Attachment E - Location Map
Executed and effective this the day of 20 I'L
BY: BY:
CITY OF FORT WORTH ENGINEER
RJN Group, Inc.
14.1t �
Hug 4A. Kelso
Fernando Costa Principal
Assistant Cif Manager
Date: �-
Date:
APPROVAL RECOMMENDED:
Bye
S. Frank Crumb, P.E.
f0-- Director, Water Department
APPROVED AS TO FORM AND M&C No.: C-25924
LEGALITY
M&C Date. October 16, 2012
By:
vw
Douglas W. Black
Assistant City Attorney
Q
ATT 0
0
0
a J. Kayser .�,�,�� .
City Secretary
City of Fort Worth,Texas OFFICIA L RECORD
Standard Agreement for Engineering Related Design Services
PMO Official elease Date:0810912012
Page 6 of�g CITY ������A
RY
FTO WORTINO TX
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS-
VARIOUS LOCATIONS
CITY PROJECT NO.:01967
ATTACHMENT A
Scope for Engineering Design Related Services for Water and Sanitary Sewer Improvements
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS VARIOUS LOCATIONS AND WATER SYSTEM IMPROVEMENTS TO THE EXELON
POWER PLANT
CITY PROJECT NO.: 01961
The scope set forth herein defines the work to be performed by the ENGINEER in completing
the project. Both the CITY and ENGINEER have attempted to clearly define the work to be
performed and address the needs of the Project. Any work task(s) not clearly defined or
specified in this Attachment A shall be considered Additional or Special Services and the
ENGINEER shall be compensated for such services through an Amendment to this Agreement.
Location 1
MUSES
M503 164+39 7M146+77 1,762 54 54
This project location includes two(2)line segments that are located in the Exelon power plant property. One
segment is an aerial crossing of Lake Arlington and the other includes a buried crossing of the power plant
discharge channel.The CITY has directed that this location be rehabilitated with cured-in-place pipe(CIPP)
except for the one section of asbestos lined pipe under the discharge channel between sta. 164+39 and 154+75.
This section of pipe will be replaced by methods to be determined during the Conceptual Design. Manholes will
be designed to be constructed on each end of this section crossing the channel.
Location 2
M244B 71+76 61+90 986 36 36
This project location includes two(2)line segments that begins in front of a business located below the lake
Arlington Dam on the south side of Highway 303(Rosedale/Pioneer Parkway)and crosses Pioneer Parkway.
The second segment runs northeasterly until intersectinc M503 in an open field.
M503 103+55 61+80 983 30 30
This project location is a single line segment that extends from behind the fan Dipert Office and Bus
Maintenance facility located north of Pioneer Parkway to the east until intersecting M-2448(section noted above)
in an open field.
The CITY has directed the ENGINEER to evaluate re-routing M-503 around the Dan Dipert Travel property along
the Pioneer Parkway ROW and combining these two sections of pipe into one larger pipe to potentially abandon
M-503'from sta.3+93 to sta.61+g0. Desi gn of a'unction box may be required.
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMO Release Date:04.09.2012
Page 1 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS-
VARIOUS LOCATIONS
CITY PROJECT NQ.:01"I
Location 3
#n s:} im
VA,1 kfi 1 M244B 152+09 148+18 1,393 39 39
This project location is a single line segment that is contained in Quail Ln.from the Dowdell Rd. ROW to the
Elizabeth St.intersection. Quail Ln. is located adjacent to the City of Fort Worth Eugene McCray Park at Lake
Arlington and it crosses a slough of Lake Arington. This section of pipe will be replaced by methods determined
durin the Conceptual Design.
Location 4
z
Extend a 12"water main in Handley Dr. from Craig St.
to Hart St. Parallel 12-inch water lines will be installed
from Hart St to the northern and southern Rosedale
St.ROW,extending to the existing Power Plant
connection. Evaivation terminating the main at the 4 000 6 12„
property line and relocate meter and fire hydrant to '
property line. Abandon 12-inch diameter main north of
Rosedale between Handley Dr, and Hart St to just east
of Power Plant tie in. Design section to connect to
existing main east of Contractor Yard.
The Total Identified Design Footage above is 5,124 If of wastewater and 4,000 if of water.
WORK To BE PERFORMED
Unless noted otherwise, the following major deliverables under the Tasks outlined below will be
provided for all four project locations:
1. Review the ICAP data (Locations 1, 2, and 3 only).
2. Evaluate flow projections and recommend sizing of the combined flow gravity main at
Location 2 only. All other locations will be DIPP or reconstructed with same size pipe.
3. Submit a conceptual design report with recommendations concerning the alignments
and construction methods for the rehabilitation of gravity mains and construction of water
main, and opinion of probable costs.
4. Prepare construction plans and specifications. Wherever ClPPrehabilitation is being
utilized, only plan view plan sheets will be provided. Where open cut construction or
other replacement methods are utilized, plan and profile sheets will he prepared.
5. Prepare easements and permit documents.
6. Provide bidding assistance.
7. Review shop drawings.
City of Fort Worth,Texas REVISED Scope 10116/20/2
Attachment A
PMO Release Date:04.09.2012
Page 2 of 20
A'f TA01MENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS--
VARIOUS LOCATIONS
CITY PROJECT NO.:01951
For Location 1, there are other required deliverables, including:
1. A technical memorandum summarizing the evaluation of asbestos material impacts
during construction. A formal asbestos management and abatement plan will be
developed by the Contractor.
2. Prepare a separate brief Conceptual Design Letter Report which summarizes the
evaluation of replacement options of the degraded section of Asbestos lined pipe on
Location 1 between sta. 154+39 and sta. 154+75.
The following sections describe the services to be provided under this Agreement:
Task 1. Design Management
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 4. Final Design
Task 5. Bid Phase Services
Task 5. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey and Subsurface Utility Engineering Services
Task 9. Permitting
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
ENGINEER shall manage change,
• communicate effectively,
• coordinate internally and externally as needed, and
• proactively address issues with the CITY's Project Manager and others as necessary
to make progress on the work.
1.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting
• Attend one 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.
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMQ Release Date:04.09.2012
Page 3 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS—
VARIOUS LOCATIONS
CITY PROJECT NO.:01961
• 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 MIWBE 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. If changes are required after having
received preliminary approval from the various parties, the ENGINEER shalt receive
additional compensation to cover the cost of making the necessary design changes.
• 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
• A maximum of 15 MWBE reports will be prepared
• A maximum of 4 meetings with city staff
• A maximum of 15 monthly water department progress reports will be prepared
• A maximum of 15 monthly project schedule updates will be prepared
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMQ Release Date:04.09.2012
Page 4 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS—
VARIOUS LOCATIONS
CITY PROJECT NO.:41961
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly MIWBE Report Form and Final Summary Payment Report Form
TASK 2. CONCEPTUAL DESIGN (30 PERCENT
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to
• Study the project,
• Identify and develop alternatives that enhance the system. This applies to one short
section of Location 1; Location 2, and Location 4 only.
• Present(through the defined deliverables)these alternatives to the CITY
• Recommend the alternatives that successfully addresses the design problem, and
• Obtain the CITY's endorsement of this concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection and ICAP Data Review
• 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. For Location 2 only.
• 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 the City of Arlington, Exelon Tarrant County Rea final Water District, US Army
Corps of Engineers: affected property owners and businesses as necessary to
develop sewer rehabilitation or 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.
■ For this project, the ENGINEER shall review the source I CAP data to assist with the
production of project alternatives to determine appropriate construction methods to
be used for the one noted section of Location 1; Location 2, and Location 3.
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMO Release Date:04.09.2012
Page 5 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS—
VARIOUS LOCATIONS
CITY PROJECT NC.:41961
2.2A Flow Data Review
• ENGINEER will evaluate the new Fort Worth Wastewater Master Plan model and
flow projections for the Village Creek Drainage Basin system and recommend sewer
main sizing to the City for Location 2 only if it is determined to be feasible to combine
the two pipes at this location. The City will provide the model and flow data to the
ENGINEER for analysis.
2.28 odor Control and Corrosion Protection
• ENGINEER will evaluate current levels of risk for corrosion and odor in the system
and recommend design and control measures to be integrated into the proposed
rehabilitation or replacement of sewer mains.
2.3 Subsurface Utility Engineering (SUE)
• ENGINEER recommends conducting Level A & B SLUE work for all of Location 2
which will include potholing the existing natural gas pipelines crossing the proposed
sanitary sewer main replacement. Two (2) potholes are recommended for this
location. The ENGINEER shall use this information to provide the design for the
sanitary sewer main to be re-routed, replaced, or combined into a single sewer.
• ENGINEER recommends conducting Level B SUE work for the northern portion of
project Location 3 (700 LF). No potholes are recommended for this location.
• ENGINEER recommends conducting Level B SUE work for the Handley Dr. portion
from Division St. intersection across the UPRR and along the Rosedale parkways of
project Location 4(1,000 LF). one (1) pothole for the northern Rosedale ROW is
recommended for this location at this time.
2.4 Geotechn ical Investigations
• ENGINEER advises the CITY that up to fifteen (15) "land" test borings and other
subsurface investigations are needed for the 4 project locations identified. If the
CITY determines that such borings or investigations are needed, then the City will
direct its geotechnical consultant to perform the number of test bores authorized by
this agreement under the City's annual geotechnical contract. The City's
geotechnical firm shall provide a detailed geotechnical report, including soil test
results and graphs to the Engineer. The soils report shall also provide a summary of
the structural load bearing capabilities of the existing soil and make
recommendations regarding excavation and trench safety; embedment and backfill;
and dewatering, if applicable. The Engineer agrees to work with the CITY's
geotechnical consultant to draw up specifications for such testing program. The cost
of such testing will be paid for by the CITY.
2.5 . Environmental Assessment-- M-503 Aerial Crossing
• ENGINEER shall conduct a desktop review of applicable regulations, liability and
current control technologies available, including contracting with an expert asbestos
abatement and assessment services company to determine the range of risks
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMO Release Date:04.09.2012
Page 6 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS-
VARIoUS LOCATIONS
C ITY P ROJ ECT NQ.:01951
involved in handling and disposing of the existing asbestos coating in the M-503. A
technical memorandum will be produced addressing the findings of this work.
2.6 . Temporary Flow Monitoring — M-503 & M-244B
• ENGINEER shall install 2 temporary flow meters for a period of 14 days to collect
daily wastewater flows that will be used by the Contractor for the development of a
bypass pumping plan. one will be installed on M-503 and one on M-2446. This task
covers the sighting, installation, calibration, servicing and data processing for each
meter site.
2.7. The Conceptual Design Package shall include the following:
• Cover Sheet
• Graphic exhibits and written summary of alternative design concepts considered,
strengths and weaknesses of each, and the rationale for selecting the recommended
design concept (Specified Sections Only).
• Proposed phasing of any water and sanitary sewer work that is included in this
project documented in both the project schedule and narrative form.
• Documentation of key design decisions.
■ Estimates of probable construction cost.
ASSUMPTIONS
• Fifteen (1 Geotechnical "land" borings are expected for the 4 project Locations
which will be performed by the City's Annual Geotechnical Services Contractor.
• Two l.21 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 11 x 17 size fold outs bound in the report
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw
• ENGINEER shall prepare the meeting minutes of the Concept Review meeting and
revise the report, if needed.
• ENGINEER shall not proceed with Preliminary Design activities without obtaining
written approval by the CITY of the Conceptual Design Package.
• A total of two (2) coordination meetings with each of the parties to include the City of
Arlington, Exelon Power Plant, TRWD, and Corps of Engineers are included.
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMO Release Date:04.09.2012
Page 7 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS—
VARIOUS LOCATIONS
CITY PROJECT NO.:01961
DELIVERABLES
A. Conceptual Design Package for Locations 1, 20 3, and 4.
B. Temporary Flow Data Report
TASK 3. PRELIMINARY DESIGN (s0 PERCENT)
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule. Note, that the ENGINEER has been directed by the Citv to CIPP all of the M-503
sewer main between sta. 164+39 and sta.146+77 exge-ot for one short section (a proximately
200 LF) of asbestos lined phoe located between sta. 164+39 and sta. 154+75. In addition no
capacitv assessment or structural evaluation of the existing encasement or carrier pipe Under
Lake Arlin-Won is included in this sco e. The only capacitv assessment included is for Location 2
to evaluate the joossrbility of combining the M-244B and M-593* sewer mains. Once the
Conceptual Design and PDR are approved, ENGINEER will develop the preliminary design of
the infrastructure as follows.
3.1. Development of Preliminary Design Drawings and Specifications shall include the
following:
• Cover Sheet
■ A Pro'ect Control Sheet, showing all Control Points, used or set while gathering data.
Generally on a scale of not less than 1:400. ^fhe 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 project easement layout she with property owner information.
■ Overall proiect water and/or.sanitary sewer_lavout sheets. -fhe water layout sheet
shall identify the proposed water main improvement/existing water mains in the
vicinity and all water appurtenances along with pressure plane boundaries, water
tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify
the proposed sewer main improvement/existing sewer mains and all sewer
appurtenances in the vicinity.
• overall water and/or sanitary sewer abandonment sheet.
• Coordinates on all P.C.'s, P.T.'s, P.i.'s, manholes, valves, mainline fittings, etc., in
the same coordinate system as the Control Points.
■ Bench marks per 1,000 ft of plan/profile sheet—two or more.
•
Bearings-given on all proposed centerlines, or baselines.
City of Fort Worth,Texas REVISED Scope 10116/2012
Attachment A
PMO Release Date:04.09.2012
Page 8 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS—
VARIOUS LOCATIONS
CITY PROJECT NO.:01961
• Station a uations 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 shad 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 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, 99 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
CITY's specifications. These may included connection details between various parts of
the project, tunneling details, boring and jacking details, waterline relocations, details
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMO Release Date:04.09.2012
Page 9 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS—
VARIOUS LOCATIONS
CRY PROJECT NO.;01961
unique to the construction of the project, trenchless details, and special service lateral
reconnections.
3.2. Geotech n ical Investigation (To be performed by the City's Annual Geotechnical
Contractor)
• 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.
• The ENGINEER shall upload individual DWF files for each plan sheet of the approved
preliminary plan set to the designated project folder in Buzzsaw for forwarding to all
utility companies which have facilities within the limits of the project. The DWF files
should be created directly from the CAD files as opposed to PDF files.
3.5. Traffic Control Plan
• Develop a traffic control plan utilizing standard traffic reroute configurations posted
as "Typicals" on the CITY's Buzzsaw website. The typicals need not be sealed
individually, if included in the sealed contract documents.
• Develop supplemental traffic control drawings as needed for review and approval by
the Traffic Division of the Transportation and Public Works Department. -these
drawings shall be sealed by a professional engineer registered in the State of Texas.
3.6. Storm Water Pollution Prevention Plan
• For projects that disturb an area greater than one(1) acre, ENGINEER will prepare
the Storm Water Pollution Prevention Plan (SWPPP) required for the Project for use
by the Contractor during construction. ENGINEER will prepare drawings and details
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMO Release Date:04.09.2012
Page 10 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS—
VARIOUS LOCATIONS
CITY PROJECT NO.:01 961
for proposed SWPPP improvement that the Contractor must use during construction.
Contractor will be responsible for filing the SWPPP with appropriate regulatory
agencies.
ASSUMPTIONS
• Two sets of Construction Drawings and Specifications are included tone (1) for
all sewer projects and one (1) for the water project).
■ Two public meeting(s)will be conducted or attended during the preliminary
design phase.
• The Land borings (15 sites total for these four(4)project locations) with a total bore
depth of approximately_L80 vertical feet each will have been provided during the
Conceptual Design phase.
■ Traffic Control "Typicals"will be utilized to the extent possible. It is assumed an
additional I project specific traffic control sheets will be developed for each proiect
location.
• Two Z sets of 11 x'17 size plans will be delivered for the Constructability Review.
■ Two sets of 11 x17 size plans will be delivered for the Preliminary Design (60%
design).
■
Two 12) sets of specifications will be delivered for the Preliminary design (60%
design).
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw.
• The CITY's front end and technical specifications will be used. The ENGINEER shall
supplement the technical specifications if needed.
• Ten 10 sets of '1'1x17 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 REVISED Scope 10/16/2012
Attachment A
PMo Release Date:04.09.2012
Page 11 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS—
VARIOUS LOCATIONS
CRY PROJECT NO.:01961
E. Estimates of probable construction cost
F. Database listing names and addresses of residents and businesses affected by the
project.
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows:
* Draft Final plans (90%) and specifications shall be submitted to CITY per the approved
Project Schedule.
• Following one (1) 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Construction Documents (100%) to the CITY per the approved Project Schedule.
Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State
of Texas.
• The ENGINEER shall submit a final design estimate of probable construction cost with both
the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid
items.
ASSUMPTIONS (per each Project Location)
• Two sets of 11x17 size drawings and one 'I sett of FULL size drawings and Two W
specifications will be delivered for the 90% Design package.
• A DW F file for the 90% Design will be created from design CAD drawings and will be
uploaded to the project folder in Buzzsaw.
■ Two sets of 11x17 size drawings and two specifications will be delivered for the
100% Design package.
• A DW F 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.
C. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's standard bid items and format.
D. Original cover mylar for the signatures of authorized CITY officials.
City of Fort Worth,Texas REVISED Scope 10116/2012
Attachment A
PMO Release Date:04.09.2012
Page 12 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS-
VARIOUS LOCATIONS
CITY PROJECT ND.:41961
TASK 5, BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
5.1. Bid Support
• `fhe 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 AM 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 fog of all significant bidders questions and requests and the response
thereto. The log shall be housed and maintained in the project's Buzzsaw folder
titled Request for Information. The ENGINEER will provide technical interpretation of
the contract bid documents and will prepare proposed responses to all bidders
questions and requests, in the form of addenda. The ENGINEER shall upload all
approved addenda onto Buzzsaw and mail addenda to all plan holders.
• Attend the prebid conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
• When substitution prior to award of contracts is allowed in the contract documents,
the ENGINEER will advise the CITY as to the acceptability of alternate materials and
equipment proposed by bidders.
• Attend the bid opening in support of the CITY.
Tabulate and review all bids received for the construction project, assist the CITY in
evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation
is to be uploaded into the project's Bid Responses folder on Buzzsaw.
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMo Release Date:04.09.2012
Page 13 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS--
VARIOUS LOCATIONS
CITY PROJECT NO.:01961
• Incorporate all addenda into the contract documents and issue conformed sets.
5.2 Final Design Drawings
• Record Drawings shall be submitted in both Adobe Acrobat PDF format(version
6.4 or higher)format and DWF format. There shall be one (1) PDF rile 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 rile shall contain all associated sheets of the particular plan
set. Singular PDF and DWF files for each sheet of a plan set will not be
accepted. PDF and DWF files shall conform to naming conventions as follows:
1. TPW file name example -- "VII-1956 org47.pdf' where "W-19561' 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-9320 org5.pdf
11. 'Water and Sewer file name example -- "X-35567�org36.pdf' where "X-
35667" is the assigned file number obtained from the CITY, "_org" designating
the file is of an original plan set, `i36" shall be the total number of sheets in this
file.
Example: X-12755 orgl8.pdf
Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in
Buzzsaw.
For information on the proper manner to submit files and to obtain a file number for the
project, contact the Department of Transportation and Public Works Vault at telephone
number(817) 392-8426. File numbers will not be issued to a project unless the
appropriate project numbers and fund codes have been assigned and are in the
Department of Transportation and Public Works database.
ASSUMPTIONS
• Each project will be bid only once and awarded to one contractor for all sewer
locations and one contractor for the water project.
• Up to Forty-five (45) sets of construction documents will be sold to and made
available on Buzzsaw for plan holders and/or given to plan viewing rooms.
• Two 2 sets of_size and Ten 0 01 sets of 'I Ix1l size drawings plans and ten
'1 specifications (conformed, if applicable)will be delivered to the CITY.
City of Fort Worth,Texas REVISED Scope 10/1612012
Attachment A
PMO Release Date:04.09.2012
Page 14 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS—
VARIOUS LOCATIONS
CITY PROJECT NQ.:41961
• PDF and DWF files will be uploaded to Buzzsaw.
• 1 copy full size (22"x 34") mylar plans (conformed, if applicable)will be delivered to
the CITY.
DELIVERABLES
A. Addenda
B. Bid tabulations
C. Recommendation of award
D. Construction documents (conformed, if applicable)
E. Conformed mylar plans
TASK G. CONSTRUCTION PHASE SERVICES
ENGINEER will support the construction phase of the one sewer and one water project as
follows.
6.1 Construction Support
• The ENGINEER shall attend the preconstruction conference for each project.
• After the pre-construction conference, the ENGINEER shall provide project exhibits
and attend public meeting to help explain the proposed projects to residents. The
CITY shall select a suitable location and mail the invitation letters to the affected
customers,
• The ENGINEER shall visit the project sites at requested intervals as construction
proceeds to observe and report on progress on each project.
• As requested by-the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, review change orders, and make
recommendations as to the acceptability of the work.
• The ENGINEER shall attend the"Final" project walk through and assist with preparation
of final punch list for each project.
6.2 Record Drawings
• The ENGINEER shall prepare Record Drawings for each project 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
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMO Release Date:04.09.2912
Page 15 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS—
VARIOUS LOCATIONS
CRY PROJECT Nn.:01951
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 extent 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.
ASSUMPTIONS
• Three 3 BFI's are assumed per each bid package.
• One 'f Change Order is assumed for each package.
• -three 3 Site visits per construction contract are assumed.
•
Sig Al Shop drawings are assumed for review.
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
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMO Release Date:04.09.2012
Page 16 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS-
VARIOUS LOCATIONS
CRY PROJECT NO.:4 1981
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and Rand as outlined below, per
scoping direction and guidance from the CITY's Project Manager.
7.1. Right-of-Way Research
• "the ENGINEER shall determine rights-of-way, easements needs for construction of
the project. Required temporary and permanent easements will be identified based
on available information and recommendations will be made for approval by the
CITY.
7.2. Right-of-Way/Easement Preparation and Submittal.
• The ENGINEER shall prepare documents to be used to obtain right-of-way and
permanent and/or temporary easements required to construct the improvements.
• The ENGINEER shall submit the right-of-way and/or easement documents to CITY
PM for real property acquisition
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's Buzzsaw site.
7.3. Temporary Right of Entry Preparation and Submittal
• Prior to construction, the ENGINEER shall prepare and submit Temporary Right of
Entry documents for landowners to CITY PM for real property acquisition. It is
assumed that letters will only be required for land owners adjacent to temporary
construction easements or who are directly affected by the project and no easement
is required to enter their property.
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's Buzzsaw site.
ASSUMPTIONS
• Seven 7 Easements or right-of-way documents will be necessary.
• Three 3 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.
City of Fort Worth,Texas REVISED Scope 1 Oil 612012
Attachment A
PMO Release Date:04.09.2012
Page 17 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS—
VARIOUS LOCATIONS
CITY PROJECT NO.:01961
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(Limited survey on Location 1)
• ENGINEER will perform field surveys to collect horizontal and vertical elevations and
other information needed by ENGINEER in design and preparation of plans for the
project. Information gathered during the survey shall include topographic data,
elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of
buried utilities, structures, trees (measure caliper, identify overall canopy, and have
qualified arborist identify species of trees), and other features relevant to the final
plan sheets. Existing drainage at intersections will be verified by field surveys. Spot
elevations will be shown on intersection layouts with cross slope to fit intersecting
grade lines.
•
The minimum survey information to be provided on the plans shall include the
following:
A Project Control Sheet, showing ALL Control Points, used or set while
gathering data. Generally on a scale of not less than 1:400:
The following information about each Control Point;
a. Identified (Existing. CITY Monument#8901, PK Nail, 518" 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.
City of Fart Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMO Release Date:04.09.2012
Page 18 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS-
VARIOUS LOCATIONS
CITY PROJECT NO.:01961
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.
R ry 9
• 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.(Locations 2, 3, and 4 only)
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.
TASK 9. PERMITTING SERVICES.
ENGINEER shall perform the following:
9.1. ENGINEER will conduct preliminary field and desktop EA services to assess and
evaluate the environmental impacts of the CIPP and limited replacement of M-503 for
Location 1 only. This task assumes the determination of NWP 3 permit feasibility ONLY
and does not include securing any other nationwide, regional or individual USAGE
permit, filing a PCN, or conducting a NEPA process.
9.2. Engineer shall develop and submit all TxDOT and Railroad permits required for
Locations 2, 3 and 4.
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existin 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.
City of Fort Worth,Texas REVISED Scope 10/16/2012
Attachment A
PMd Release Date.04.09.2012
Page 19 of 20
ATTACHMENT A
DESIGN SERVICES FOR
VILLAGE CREEK PARALLEL INTERCEPTOR IMPROVEMENTS-
VARIOUS LOCATIONS
CITY PROJECT NO.:01961
• Construction management and inspection services
• Periodic site visits during construction phase
• Design phase public meetings
• Performance of materials testing or specialty testing services,
• Services necessary due to the default of the Contractor.
Services related to damages caused by fire, flood, earthquake or other acts of
God.
• Services related to warranty claims, enforcement and inspection after final
completion.
■ Services related to submitting for permits (ie: USACE, TOOT, railroad, etc...}
■ Services related to Geotechnical lnvesti ations (subcontracting)
• 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 REVISED Scope 10/16/2012
Attachment A
PMO Release Date:04.09.2012
Page 20 of 20
ATTACHMENT B
COMPENSATION
Design Services for
Village Creek Parallel Interceptor Improvements--
Various Locations and Water System improvements to the Exelon Power Plant
City Project No. 41961
Lump Sum Project
1. compensation
A. The ENGINEER shall be compensated a total lump sum fee of $349,740,00 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 11 --
Method of Payment.
I1. 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 111. 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.
Ill. 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 10/16/2012
B-1
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
� Firm i Primary Responsibility Fee Amount /
Prime Consultant
RJN GROUP, INC. Design Consultant $253,467.54 74.08
Proposed MBEISBE Sub-Consultants
Spooner and Topographic Surveys and $51,254.00 14.65
Associates, Inc. (SAI) Easements
Gorrondona & Subsurface Utility Engineering $12,944.00 3.69
Associates, Inc. (GAI) (SUE)
Chiang, Patel &Yerby, 4 Environmental Compliance $12,062.54 3.45
f
Inc. (CPY) Studies f
Arlington Blueline Reproduction Services $2,244.59 0.64
Non-MBEISBE Consultants
Lloyd Gosselink Environmental Law $2,850.04 4.81
Rochelle &Townsend, Consultation
P.C.
Baer Engineering Asbestos Assessment and $4,650.44 1.33
Mitigation Planning
RJN Field Services Temporary Flow Monitoring $4,244.00 1.20
Not Assigned Traffic Control $520.00 0.15
TOTAL $3499740.00 100%
Project Number& Name Total Fee MBE/SBE Fee MBEISBE
(0/0)
City Project No. 01961 --Village Creek
Parallel Interceptor Improvements--
Various Locations and water System
Improvements to the Exelon Power
Plant 349,1740-00 $ 78v452.50 22.43%
City MBEISBE Goal = 188 % Consultant Committed Goal = 22.43 %
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Page 2 of 3 1011 fi12012
B-2
EXHIBIT"8_1"
ENGINEER INVOICE
(Supplement to Attachment 8)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth,Texas
Attachment B
PMO official Release Date;8.09.2012
10/16/2012
Page 3 of 3
rn
0
f'7
ti
r
CV
0
bl
A
E
z
L O O fl
7
cn
Lo
[7 O a
a •(� � fv r
o 6R V►
0
QS
r
r-
0
ai
A
O
r � 7
CO0
Y
N U �
� O G
a ;0;a
o *+
c (V
Z E S
a)
CL CL G
TIP
1� w
m
E °.� 3 r
c Nw O E E
�'
ti- 3 o` G Q
t1� 0 v
o
u t+
IT O
L `� E
o �
c +,
o d
+� a G o �'" E L�
a�
G 7 u� �'r � Q �
o y 0 ry E
3
E }, °o a
L M r y LO 'T d
rn O N d Q m a gy
u— 10
a .-r-
oC �y U iz U °O°•°
as a
0 0 LL �
0
ty
OL
to m
c
ca a
F-
CL ULL
r CN o
E
ay =
«` E 'v m
�� + m z c cCa ;
cn .g a
LLCLU U U U>CLUL�G tr 3331 a
o v a o a
o Q a v
CDP
cc (u N
E R
�M
4)
c v
c�
v
as —
'o
C '>
71 L
to
V
C
L
a o
a
v
r
a C. D
w
0 Q
Q o C3
o �
�, w• o g o 0 o S
uO M Ln a a
M ++ a M co c.
3 a O p;6 W) N
a d a 0
v C
J E C
;I', c d
C6 o 4
_ > Q C
E
v � 0�
CL 4y A) C '
m e 0 � E 2
m V .y it N p
ej d 3 G
O O
2 p Lu 4
40 A V 0 p u p q q 4) rz uy Lr a0 Tl-cr w x
4 Uy 1 6R
1! a� 0
C � ,, m E N
u ` a' z -e as -v 0
ey _ Q
M G — 4 H O r�
C a ►�
106 Q &L d � G — C Q r co CD
� N
N
E
CL
(U m
x
u 00 U- o M LU
N � C
U)
CL
U �
r.+
uj
CL
1 o to 0 cc L)
mod)
0 E 2 Z Boa �; Vi ❑ ❑ � �,
Vi m 0 �' " 0
M w M
0 to
CD 06 0
G.d U. 12L 0>CL V L
LL ry M
r7
M <,)u7
C d1 �
cI
" Lri CD
(a
co N LO r
�tV O 1i7 r O
•
to 699 Q% r
Nm m
C �
L ,fl
L �
U
v�
•0 �
c
�L
too-CL
C
CLv—
a E
a o
IV
U
A
a •�
4
M O
E
E d
ui T
a ty C o kn 0 d v 4.0
M as we &Nn a
14 0 r
o,E 0
a ro o Q Q
m
«�
G A H w CD
C tm
V r a +m+
tf E
-° E v
CL w i
fl
E M ¢ a
N
U � C1 � � � � LA�
N W
m a 7 t E E �
E a
y y C a LL E 2
pG G u a C4 Q
LU 41
0
y m y a v v C yr r*4 co to L Cl
c u a c ° p`a° Ql C v no ns ul °
^' r
V �' L�•' �' M C'f C E
02 E 3 per,C ' r 7 0 o aN9 r
r7 3 >% 'tit L L LO
y y C C y D 0 �
CL it
� m
m •�
L
D a =
Q _ p❑
� to
V � ca y �'E ❑LA
� m
�.+ L-- �
y Q7 w❑ u- oC w ❑ ce
d7 C CO CO w
or to a 3
ui
� �m
Lr
c � N
V7 N CL " m
G? a] L 2 a
0 co
CM
Q U OC U
cn
cu
_ d R a v m m
a z� = c Cd': o G c c
CL H o °�❑ '� a
Ll
p tV in in CD Ob lam+• ODD N [+� N tM4 G rip O O
` op c 1t OD !. C G cl F ��a O!f�Q 0) L TV
G r 40 N N N W7 W qjr 0
� t7 Ct
SC
H
w �C C C 111
C W- ° V- eV- 1[? v � rn 7 G a
E 0 m L>
o Q ►-- w
CL
a wW
C W)
G C14
40W T
7 , a
CL
Go
4A Vol V}
C
m ` hvW l � vva N o+
Oro
C
W (W
�.+ U) Z
C3 +rs EL
E
G
L) eo p
#+ Z a U o
Z _Q 0
3. cc
QW ` a E
F to 0 2%6--
c�
o to a
w ..
~ tt: :) 04) 0 o r 90 r N qt N v O co �s
W - Q 4A
V
C C
H
a s ° 9%1 V o a N v aN m n
o
W
a
O C�D
cm N to N N 0 OQ N N
�N L tD pp ps C
CO
cV p U5
[] ?�� y� 9
m ro C114 eV C =
,
�j Q a
ca M
LL. LL g 0, 3: f
A IV ll. t
CL � 5�LL
�. �-
.0 ❑ M t*]C'7 1A N
CL �C �" <D!V
.� ¢mu
b Z
c b h C
a eo �Ac � � � �_° _ a o�a Cm
u v c v as° H''» c Sri
E � c to ui
U,—
� C °DC�
C aLL a a E SL �W6-
❑ cv
4D C L 4 2 w
ate'` c o
z ,�° _
o a v v o
�- � ti r►i � �ri +o ti oo ai U Q
in r a C'7 a
on av n r N 3 r• o r 100 0% CD a
~ 4 r 4w 4M � ilf � h �[�iV N i 9 CV N CD
yl� 40W fro Ot MI. c Q
7
� av r--
il�
.�E
r
m v v Wn to v v v a 4 � •..
airs M � � V o M � E �� � � c�v °� v
.� � 4s E _ M m v
air � � yr •�
cD a.
a
+" c a ww� o
-- 4+►
CL L Af
0
N r r r r a
c
w
C � ~
a 2
o �n U)
tr1 w
�W r•, u7
W
aXX
a-+ W
M (P Zp
~ 'Q Q
Q a v
J m aW
w ~ m 0 d
❑ -Q
w m r y Q N
w a
r sA C Q V) N OD N w V s0 O cc�
� > Q .� Clli C� �
= p ? M
r 00 LO M CD 00 CO r7
L L r N Q in '� � r fD � Q1�] C��.r� �Goo, Q7 „W
CL
C V3 N f-ti N N
6 L6 co
W � 4 yip
v tV qt ea N V- 40 W� In O OM y �y y pp
CD LL LL LL-
7+ '�' C7 Q Q O�D H
W _
� o a a 0 40 o ° en en
❑ �a
ME LL LL V .1 U)9
40 e� .r .n cr v v w am 2 C: ��r°s o m m
Q m
�J�
w, Q tM U
D
C G �
e u Q V� Q=?CL a o. m m c cT- d E�N
c m Z C:) ° a
U)
'n
F m a a C � G
g�
im O C m E c
c o E =It iz en w m 46 coo
m b a t°]a. m
c m m 2 mcn CD
SO a a w W-0 aG
c_
° m
c � � c �
ICL V 0. m V � PALIOL. m
PIC, v 0
U- E
0
a v, v o v o v o v ��
VL r Ro r: ad vs F-
N
on I to I I an 1 140 co I %n cp W) ol CD 1 40 Lo O Co aR o r
Q1 e7 Di T e7 N Y7 Oo m r 0 0 N r-0 O O
G Ci po 07 eD e+l C Ds d m et o0 U')O N
�- N O If N co r 1, P- 4C]C7 D7 r N [�
jo
40 fro
N � v
x
m
to
F-
m �n o ca +n a-
]Em °'•� o
.n C4 w � w- a N a o E w a cma c°o � 01--wl.i s rr °s �s E _ m m i)
cq � _-' U) .�
)! V! N [Q G
C .r
wv �'
U]a
�[n[7 W d
a w lu oa V
w �� 0
0
z
CL
m
R
N T r r T- 44 ilt 400,c'7
w N 41& oi
40
sC N N 4* 4& � N G& N
W
40k v Q
±� C Q
to Z
0 'f7 C/)
i w CA
v N � w
� a
X
W
C
vt $
Cd) �+ L} m
y,
Z 0 0
C�C �.
Z '� G
p Qy m w a .� v d r �v a cc
w �* o
04
0 � J �.
m � a �..,
� (nW �° � z E
LL � t:
w 4 ti
W 1 �� W)
Lu
c
W - _
_ Qf 40 N 't N � v tm O C •� pp•� rn
U d U) .•` d rr- �- N go Q o U D
CD
r
w ae$ o
❑ G ° c `�LO
r
a s r► N a *- cwt N a eo m
C4 m 0 LO
�3 M r r -N! p C6 ui N G
G r-N C [�7 C H
a W °vi ca 0 c
w 46 w ' E
a Go so 40 11- o N N V a aim m V 46
r !� 00 Q7 �1^ 0 tq
e*' CD Q] LL LL LL G s.�
. 10 7+ �+ CV tl1
] A Q O C C C] v
N N N! qt N v T p D O T J a3 W W E
a. N L. LL CD
ti 0 0] j C4 M
r- r m
m Z }C�] c�7 u] 4i W
a F' 4) o
�z
¢m c�
0 z
� o
c opp a
r 4 m u � c �° _ N °'
•- v
a 'Q
�, e7 0o sn CL CD m
m a w a c O� �0 � p m
C D 0 vs
W 16-
m
ry is 0
p
U a-
CD
b ca a H
aid a ii m ° o a
°� �i3
V Ix sn a. m m
z
�c U- E
0 v, a o v v o v o v
r N �'7 1f7 ep ti Q cm
�Q H
04
t0 p N p� r W 46 RI N O v
Q� O) N !- 00 0114 O N
t, � ti � er? r t0 N N_ Tpp�pQ 0 D7 N O G�
Y► w1! wp! � !1► N M1 wl! i0W sl? r r
cap" v
� r
h W) U) 0
° ° +m
ea In to a -- e C m N G a�w N
CL
w m go
o � m ED
o �
40 gar
CL r
ac
�n �n W) •n .n a o o
in ~
.T f.
LV my 4* 401 Vp1 4* 4008 iprl w N M wr
C � �
0
Z
G
0 Q cn
W v w
U)
L.� W
CL
g � o 0
[ D o m x
C [] W
o a
E
4.0
o m CL LLJ 0 0 S
u- �-- J Z �E .•
w
o
Lu Q 1�
0
w r•• _ ^Lf
° 2 Cl)
t3y y U) o '� C3 � ° a� '° a�a + VN °moo v°pp� t17
•Dy. 10' EW -e C g ;E I-
C4 w1j.
F § § w-"W.-LL
oe
Q cy, v 0 o v a vt
d w w -v
�,.aO0 N N OD e0 ea 1# N V O O
0) 0) LL LL.LL
? Q CC
of ' �. a 9 0 �
� o o, �� Boa § c
a� 8 g � > > $ odcppao N w—CD
N �r T f0 r ry r p z J
G7
a CM
ke J C
Q[D C]
o �
a
c c
o� �
c r� V� Of LM Am _ 4
z 0 a m V =.y w e �— aEs ON
c ° °`o 4) 4) �`
0 QED
x c c 0 �;; M to M
+a
fa fa a gr a c
E o
H c c c . ti mw�m
o E
46 a CL Cl m c ra ~ CD in m CD
I.
CL a
C �_ 10 0
CL Q a LL m 6
WO
V') m m`
15
Z U- E
1w C4 flil 4 Mil-td- pl:l xi.
v, v a o v v v v v °
crl
e's N �. eh as ea Cv Cr W)
o�n r�u�[v[Q Q N
ey o CN
4W N 40V � VP 1 s N4�+g i+�� c" D
U) � r-
iC 40
to
MEMO mm
eta
H
1p0 Td► dW a m e0 Ln 6- m C
c e0r 40 eq a N r E o� c x La!
r N VP V} Wt r c7 i�i�
m
CL
k7 w W ++
.�� 0
v o �-
�r, r
t-
It T il! D
z
CL
en 401�
> e
m
C ~
*01� M +�! M 4A M 60- M WP
K
W LLI N
f
a
C el
m �
U H w
z � � � CL
d v 0.0 a
C) -� m
v a� z0 o�
V y N C i 7 cm
a C
a m o.UJ o 2 U)- -
- �njr a z
J
LL
0 0 ch I-.
'E
J 2 LU a 40 C*4
u�
ja
vow `� d �! N RO N 1D C14 w 47 N 0
r.
W
a Qc�
Q Q
` te0 d i N N N N N N tri ^ O G7
(4
0 #
T-- "
frpp}�ipp444 p pp
r.+ mCo a) a) LL LL LL Dd N ~ v v b g c
eq F► m a% w r a m m
to :� :� Q)m y Nq to LG N m r-
• ❑
U f aj O r e]R eh C!S
pp r
N {�
[[� t N r rt r O � ' J
p
a N t. 6..
aP
CL �--
CD
4" Q�V
CQ
D
H
.p
C p m m o C
■ m a c c C E 0 cy
LO
c�❑ �, � � o as
E
b m t «� 4 cia oI
4 E a c
c � �iY❑
... m La ULJ CD
XG no
CL
to
� G E m a a � �
m �FF
G C C Q , ca
a v a m u �n 0.
z U- E �
a o o 45 a o o v, o a
o=
}= ev ey +ea is oo jai I U Q�-
ATTACHMENT "c"
CHANCES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
''pillage Creek Parallel Interceptor Improvements —
Various Locations and water system improvements to the exelon power
plant
City Project No. 1961
None
City of Fart Worth,Texas
Attachment C
PMO Release Date:05.19.2010
Page 1 of l
M
C� t„ 3q co
r d
C7
N M
r�_ N
r
w
M r
U U)
_,
N
� 3
(� r
M
w
N
T
co
N '
N N N (N N N N N N N CV N N N M M M M M Cr) M C'') ce) m M {Y7 m m m Q)
Y'" t T T r �' T r �"' T 'e••^ Y^ T t— �^- t— T ! e^ r T r +r"' T" t'^' r t"• r e— r �
0 0 Cr) r' r T'•" r M T r T y Itt Q) N (� 0 V7 C) V- � V'} LO (D N d
M M c'7 M M M � r w w w w ` w T r r �^ N (� T e-. r N N �" r N .V)
w w . w �. � (o w r r-- e^ r T ` w ` ` w w ` w w w w w w V}
}� it it '� Ln Lo to .0 00 r �C" r �"^ r- r r C Nt `tT N' LC) LL7 Lf] cc CD P- r- ti
Co 4 C M > > LL_ C C = o 'C c C C c C 'C C C 'C c c C C H
o = ,� r 0 L r .0 LL p o LL 0 o LL. p o U- 0 O a LL p�
E v � D E
4i � w w o � CV
0 v a o v a o a a a o o a v c c o v a o a lolv a a �Pll o v a v a 0 +•■r
L R� v O m O O G C) CD CD C7 0 a co 0 0 c) 0 0 0 0 0 0 C] 0 CD a 0 0 0 0 � 'L
CL
U ❑
E ,,Q E Ca
"Now
IN
s
♦„� c eD m >et% ro ra m>. c>v, r�o co ro ro s� ro>1 >1 ro m c� T >. r a
10 m m m m 10 m m m m -v m m�
H_
�L.
'7 'D 'O p 'U 'L "D '7 3 'D T'" o
CL
T
CD M 0 LO 0 � rn o � In Cl) o �r rn o � CL 0
Q Q N N N C) C� � LO Lf7 1 1 M cv r Cv N r r-
T� r, e- r- C4 N N r
cr) E
V) a'
❑ V) _ °
♦, Z U C/ CU
= L .4..r v ? L.
� Co
CL CL (D m CL
+� _ OW
c LL
ro U vs o
L"" 0 C C @ Q)
(D CL 0
j
V A�
C: C a�i °3 co � m � c � c
o � m � � d ° N U a) '0 N
c �• 0
CD m �o a c t � � �' U c CL c E c � � 0
ro a� ro a)
Z a m E ro N �' o
c
•� c m a: CL
D.. L.] c p z V V D C1 m 0 co u- c [L CL CY)
4? ++ al Q3 U C] N fC a [o U p U .� U-
0
-6 s A .0 a c E a
t fn
;' ..,.A.. cv .►•+ E �' a_ E co' o U a E E � > -0 � > a a
ro L 0 �
CL 0) o <a JQ . � M � i
o o °� %o -W
U a�
°
RyR..ai r_. •� E
a a v `�'
W
00
zpV T
` •O r 7
rtwi E i 1"'I 1'I 1' 11"I l ..I I►:I #_r Q"
m .0
❑ r
c+7 � LO
N
T r s-- T t••• T r T T r C1J N CSI N C\E N N N N N {'''3 co
cr3 �
o
_r
M� CV
r
r
N
kL
cn
r
N s
r,
N
CY3 m m m m c'7 m m m m cy) C"7 m m m C''7 m m m f"7 m m m m m m N N N m
r T T r s r r r T^ r r r Tr r T r v--- s- •- r r r T
LC} C'7
1 I r'. N CV
LC] Lf} Cr3 C} e- _•- C'7 LD r V- M tD r r V)
C '�, C •C N = U p w N 0 v = r 'L, C C C 'L 'C C C � e- '� C H
iv iv c
� E
;o
a) a� E
LLI LLJ 0
0 L v a n v a o a a v c a v a a v v v o fl a
o Cl 0 0 0 v n 0 0 0 0 0 0 0 0 c •�•
C) 0 o 0 o 0 0 0 n o 0 0 0 ,
CL
cL
o
E >�o ! E
3
U
N V1 SI7 V? U} V3 [I? V1 V7 N N V7 V]
0o ■- a m m m m m m 10 m m m m m m rya m M m m ro m m m M M M M M .�
r � -a -� 'D -p -a r 'D t3 -a '0 'a v v -0 v 70 v -v -0 -0 •p 70 ^v � p 'a -v v Q
0 V o, a) to ao onN000ov an moo° o°po p tcs000`ao �°r, m0)
S Q3 CN
E c
ca E >
C) °' D .o - 0
U) d- z
.� Co
CL C .Q) a.
0 ° v
_0 Z3
C d
*doom Q
cl
Q U C U V♦
E Q Q M CD
+=' 0 0 0 W =
N ■r..
LL. cn
co rn _ V)
C) o
cn a cu ca U c r .._ p > cn c > r�
U C3C c cn ti•- ay v Il o E -p U3 Q
Q.
U , ., -�° - C a Q m w N cu LEI
E ❑ � L � Qa. a Q � cin_ � dU � � iicr � a. � ° �° a. � E � F--
M .2) � ...
z w a w a a
co
OP a,
V
m -t u) w � w m O r N c+] st 1s? (D r�, m m o e- N m LO (D [` o) 0) Q •�
td. U.) ;rn U.) Ln Ln Ln Ln co o
� N
o
CN
N
CY)
r
r
0
N
lit
r a
0
N
r
[Y]
"t [ 7 ct t"7 M M M
r e-- �•' � ems- e••- T' �"' r �-- r r r 1"` t'-' r r +!" e'•- e•.. r � �— t^- rt' rt Y ! r r C
d (D cv cp c p tY7 t— o r�
t,-' N N N N N N N C � N N � � � � r N N ,� t1?
r- r r r -- � N N N N -- -Z
4-.i to LO 0 0 U-) U') 41t (0 et Ih U) C) N N N N N N �
' L M (V 7 C C C C w 4J C 7 7 7 C r C C r •�-� r r co
U- U- L ,C = 0 O O O _ LL .0 L = r c L L C .c LL U. U. -C: •� C C Q�
LL F— LL U. 0 LL c C .0
E 1 E
0 w w o
> >
0 O d D O Q Q p C7 p O o a O G O O Q Q Q Q Q G a O O O •
L 0 vv a c v o o v v o o v C) O v a Ca a c o o a o 0 ro c o o v o o
sz o CL co
�, E
E a ,,a E �
00 Co v ca co cv ca _0 '0 M M M M cu c6 m m M M M M M m -0 M m m M m M M M M �..� T`
r- 'o T3 �3 t- ,r,_ "D 70 -a •v � -v -a -a Q.0
Q► v o to to r- m o a r•. r� o 0 M M r` N o am cD o cn W) UD 0 �, M a
O Q = LO LO v r` ov oa r-- o 0 0 cti t- �- LO � C*i
r U r ❑ LW
c Ecn
o
E
Q) E �
Mow
CL CL 43 o _ CL (1)
Mx 0 =
�. c 0
CL
+>1 a
0
cn a r Q
C 3 _0 E
0 O C 3 0 U 0 0)
U O p �'
�. V1 V
2 c c ❑ W 2
0 E N z; c � c
U cn v a, a ra ❑
� U
U i0 cu 43 'a C C 0 �.' C E 7 N N
C a E •a ❑ w v_ ❑ U n
vs oy ❑ -1 (n ❑ a t- W a : v m ro a Q o
C C + .0 U O V1 N C ` C Q {/� N
C v C c ? c •o a- E as :a c 0) ch
d trr c � c E c �v �' v cn as ❑ ca v °
� ❑, V 0. O o o o Q E ¢
C CL
❑ °' -- cY c C O o cn v w V 06 M
E N
aC"c j Z v ti V3 Q Z c" C] U] C U7 O
"= _
a °a a o -0
cv C C -Q �} > '0 C ?
Z D V Qy "� �.. L. Q
U CL a e a V a
+� Q N
4
.� co
Oril c f 1
TWI-1 Mr f 917, r,Wl
V r'
.Q
U~
❑ (�! M � LC] 0 � w 0 0 e- N M � 0 {D � M M 0 .-- N C-) LO CD 1` aJ cn C) •��
co co cfl co to o cn cD cD r~ r` ti ti ti r• r• ti oo co oa co oIs w 0o �a w 00 rn cv
a.❑
M C�ew-
m
C) CL
0
N [Y7
N
w cy'3
r
CV `
r
d
N
r
C''7
N 0
!"' r r^ r r r Y- r^ r- t" r r�--• r- r r r �^ �-
T-
M
ti M M M O CO C) M r r r
r M e- CN N Rl N N N N N N r rw e-• N I Od
m co m 'rt "[t � Lf 7 .C W) V) LO LO LO to Un "d 'C = C W) %n l!7 [D G7 a? �
C C C C C C Q) U- C C
_ 0 0 o G o o = s -C u_ LL Li fi Li o �` o 0 o o F= H �`
F- F- g iv is c
*moo
N Q)
v o o a a v OR a a v o a v a q o a o q v p v a v a o a 0 r.r■
L v o o v a C) O O v 0 a v C> 0 0 0 a v 0 G 0 0 Q 0 0 0 �:%,
CL E
o sZ to
E cu
OD tv ro m m -0 cv w m>1 >% >1 >% !� >1 >1
ra ra c� m m ca Co 10 10 -0'o '0 cz v O Co 0) U') O CO C) 00 v 00 M CO Ln O o 0 0 C7
CL 0
M 1` 1� t+"i 7 'Y W C"4
L tO" L L
E
4-J — °, o cc
z
•� C.) _
a. CL .(1] _ C- (1)
43 LL. c = 03
L. > o
0 0) m V
�7 0 LL 10) � -
E E
v
u,
DO v cz E LA
a� o ° c � a
p ° �� 'v r CL v o v m sa
.� U U v F- U) CL
O o V U7 Q cva rn v c > of c
v U U Q u o N .a � � e � c � c v� �
x a� v x o c c a o a is CL
c c c N � a =
w = _ ° U _n rJ ° ° c S a o a of o a
L] �3 fl] V 4] ca C V V -- Q C 0 N C3 cm }' U d 0
w w 2 a`_ ° 2 2 0 Q c 2 c 0 w �,
o o o = o o �` a a m_ o : D 0 .� Q
U U ❑ U = CI] U U e C LL U J C7 U a. V a •.
....
CID C C C
� U CL a
, �
I
[] •-- Cat m Lo CD w 'It Lo 0 I-, m m 0 r N [Y] Lf) CD C� CU
�} (� Q} Q] p7 C73 C77 C37 p7 O C) � O C7 O O 0 O O '�+-
x- r e-- r �-- r r t^'- r r r r r•- r r"' r � L [�
a_❑
y�
W
e-
Q
N
Nil
co
r
CV ,
3,
u7 '
r
a
I
r
� � a
E T--
� 0
> c
0 N p ....
Q � CL
E
C14
OD +j T'
❑� _ ❑ 0
0 < N CD N
rw o o ro 2�
.0" E
a •V
a
cu Z U cn C
• CU E c T [�CL (L)
CL a. a)Q c LL
L. o U .� c
0
�- ❑
LL
E �.
..� U C:
s a c E ° ro =
0] 06 LL C W 43
•w F U p d C !t--
•rwr
W C .�. C N i11 +=� +�
-0 [V
Cy Q v c o U3 m m m �' c c E
.� `� C C a .2 m
C CL C:
C c ❑ •Vf o p c a� N c v c@ sa ra
r CD
a► +� �• V v 3 V Q W [13 Q N N) Q a W U-
•� p c o a v v p .y w p CI- �0-0' -C m CL -'-o' .5 :g
• v ro L ca as � Q v o �- 2 p 4� D 2 o W o a �
0- Co z
co 45 � v a a M
v a a. ❑ r� co a� a
W a o
v
CL
�co
fqjU�
f � g �.
0
t 7r i M M- m M- M M
er
•
Im, q.7
❑ r {\1 C"7 tr 1!7 {D {` co 63 r N C"7 U) Co N M M fl i-- {11 ['r7 l!•) (D 1� LrJ Q7 d "�
N N N N N N N N (N N m a (p
CL❑
w•�
0 r�
co
LO 0.
ul
U C�
CD
0
cv
LO
4 0 /
W
c
0
co
co
v}
E � a a) CD 'o
ca
E
> w w o
0 ..
CN
r
E
co T
cy)
rir
C co
m
Too E
MEOW W
0
co .0-0 E
p
a CAS �
.� CU CO
�- a) Q - a)
CL
c v = Q3
L W
C.1
..r Q p [Q
m � _
' N O (.L p .-. CU a- U CIO
L
.... ❑ w 'a p D w CD
o- ° aa) z c °' �° N N w
W m
4 z Z v � E m a. a (V ui
a
E '~ nom , , a � � m -5 ° � � a € E �Q C3 tv r 3 �, a a N �� u3 a o CD =3 LL
� Cr3 V
C) m o = c 10 o v 2 � ro LLJ tt� ilk N
0 LL
cm 2
0 N w v v o �, c w ♦�, w a� c v a) > ,� a
CI - CLCLILL) ii � •` � a. x ° Lam E � �
�...- J .� .
co
N z w r� w a
m D w cy
J H 0: ~a�
OF dkpcp opi d,�f
$F
❑ T- cv cY) to cD t• w m o r tv r� to r• oo rn o r� to co t• a� v� •�
c� c7 m r7 r7 cr, e� cr7 �t �t �t �t �t �t It Irr U-) LO to 0 to to 0 LO [D � m
a❑
C'
r
r
Fr1�y r
C7
N
r
Cti1 '
1
LC]
✓ 9
r
CD
0
Cn
Itt�
W C) x r< a�
,�,J N ry W W D
Q CN
0 demo
CO 0
r t..
r
f�
T~
CL
Q ¢ 0 Cl1
s Cu Q3
E
CO .� >
D C C _W
^, It `' W
W � � UD
L a C4 N L
C� •imi s
0
0 CO CD
N o '0 E a -
O Q J C = E a
V Cu u 0 w
En
U V
wr. 0 C �. C ❑ W 2 �w
a) � 0 p y m N . ..
E
C N v C Cz
2 C
n j U cn 0
a- CL ❑ O C c 4.0 ° °C' C cv a E >
cn
c 0 a m E .0 E 4 � --- .. UJ CL
CD CD 0 i� C C -a C.3 Q) U) 0 w C `o C Q H N 2 Cn CL
ca {.
_ a co r
Q us C C a E c "D a) -0 v p a
cis z _u u o F v �C Q a o
_ _v c o Cn
•N• ITS w�i > rw Yi
zY F
3,,, U .�. LL a � d U a
W :5 C
I-- a = v t-
-
Ue--
V
❑ Y- CV CO LC} to M 0 r N M t to (D r� X M 0 T- N M LO tD F- CO 0) a ��
LD CD tD tD LD CD CD LD 1� tl- R I� R R ti � CO m w w 0� w w 0 w m 2 m
0
�a
co
a �
N
LO
LO
a
a
Cc) LOc bL
0
C077
N to r
r
N
a ,
LO
r
C o
N N va cn
C
� a E E
Q ca a Q3
w w ❑ >
r
E �
co 04
4a r
a Q3 < a, N
to LM
.� (D
E r— E
0 _" Q3
C; •a? v
C
0 0_
o
o U o
U -
U C
. . C: a ° U ....
= t �
0 0 a Q) V)
❑❑ _ 2 m _�
C-) 4)
. Q D y C p Q a v o V V3
�
y
� = 0 a U,°°
ci
2 d m �
U C 0 ° c C �- a o aw m a
W a w o U o o a °Cy ai E ° F--
�.+ U U U y 75 V7 H C C Q .=. C L Q O. Q
X x D D �7 ` •� O C C � 0 v ¢ cn.0
.,. 4 p N v v ` v v cn cD- cn c p to _Q a "� v
C? (� ❑ U = V3 L� V •a �y C LL V J 0 U ❑. to � CL `..
CL �] V .roJ d u D.
N U C14_o
,..,as
Qj
flip
17 CL
U~
❑ T- CV m � Lm CD ti Co m r RI m q1t L0 [.p f` co M 0 r N M to CD
QT D? Q7 p3 Q� Q] 47 Cn C C] C] CD 0 a C) 0 C) O T .-- �- .-- e- r• .- 'p»
�-- r r r- r r r s- r- �- r r r- r' r r- s-• L- �
d❑
1 ■ 1 w w w w w w
Mn � w
r
■ 1 .11 S IR am, Mi
molls
EMM
W.
�I�.. ■.� II 11111.�.■..#..■mom ■ -- 111'
s* !► 1 ��:IIII■�:11=
� NO■111..1.� .
��t�Waff ti
►11 �11i
11i1�►�`:��/
'��. 1wr►��:i�Illi�ir�
.rf�� Ir. III�r��_I�../!.►_
1 ►� ��
Legend
E)dsfing Sanitary Sewer
I City Limits
������'1111�rl��i�sir■X11 �;��� �.r
�1111111t11111f�1�1iI11�111�
1111r�
I,
r
Y
1 1 1 i
r .
f � ■
r�
rr
w M r ,o '
4 FORT WORTH Village Creek Parallel Interceptor Improvements
and Water System Improvements to the Exelon Power Plant
WATU Attachment E-2
7=7 7771
- -----------
tagi*Mountain
'I� col
Watauga ---------------
I
S"inaw
-North. Ic Hil
.ak*skle
city
r
04h
1-0 125250 500 750 1,000
Font ��rthw- Feet
J j
r ------------- ------------- -----..........
Location:Project L
of 1
Ken Council District 5
MAPSCO 80
4P
14
Y
Ar
41'
-15
-------------------
Ck
Project Location
----------------------
F0 . cirt
41
--------------------------------
PROP.121'WATER
4&*5516--
41
08ft4L
----------------
EXELON POWER PLANT
1 1
17
N
Legend
------- Existing Waterline ,Arlington
*%
I City Limits
--4 -1
Pa"I %ft Mole
1tG V Y G W Page 1 of 2
.Dffidai site of the City of Fort Worth,Texas
CITY COUNCIL Ar.ENDA FART Woun
COUNCIL AC11ON: Approved on 10116/2012 -Ordinance Nos. 20459-10-2012 &20460-10-2012
DATE: 10/1512012 REFERENCE NO.: **C-25924 LOG NAME: 60VCM503VAR-RJN
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: Authorize Execution of an Engineering Agreement with RJN Group, Inc., in the Amount of
$349,740.00 for Village Creek Parallel Interceptor, M-5031M-244 Improvements on Quail
Road, Ramey Avenue, Pioneer Parkway and Handley Drive and Adopt Appropriation
Ordinances (COUNCIL DISTRICT 5)
RECOM NENDATION:
It is recommended that the City Council:
1. Authorize the transfer of$399,740.00 from the Water and Sewer Operating Fund in the amount of
$175,927.00 to the Water Capital Projects Fund and $223,913.00 to the Sewer Capital Projects Fund;
2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in
the Water Capital Projects Fund in the amount of$175,827.00 and the Sewer Capital Projects Fund
by the amount of$223,913.00 from available funds; and
3. Authorize the execution of a contract with RJN Group, Inc., in the amount of$349,740.00 for
Village Greek Parallel Interceptor, M-5031M-244 improvements.
DISCUSSION:
This project consists of the preparation of plans and specifications for deteriorated portions of the
City's Sanitary Sewer Mains 503 and 244 on Quail Road, Dowdell Road to Elizabeth Road, Pioneer
Parkway, Sandy Lane to the !!best and from the Truman Drive/Ramey Avenue Intersection in an
easterly direction approximately 1 100 feet. In addition, design for the replacement of the water main
on Handley Drive, Craig Street to Pioneer Parkway will be provided.
RJN Group, Inc., proposes to perform the design work for a lump sum fee of$349,740.00. Staff
considers this fee to be fair and reasonable for the scope of services proposed.
RJN Group, Inc., is in compliance with the City's MIWBE ordinance by committing to 22 percent
MMIBE participation. ~rhe City's goal on this project is 18 percent.
In addition to the contract amount, $50,000.00 is required for project management, real property
acquisition and utility coordination.
The project is located in COUNCIL DISTRICT 5.
FISCAL INFORNATIONICE T FICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations, and adoption of the attached appropriation ordinances, funds will be available in
the current capital budget, as appropriated, of the dilater Capital Projects Fund and the Sewer Capital
Projects Fund.
TO Fund/Account/Centers FROM Fund/Account/Centers
1&2 P 45 538040 0709 $223,913.00
http://apps.cf v net.org/council-packet/mc-rerview.asp?ID=17443&counciIdate=1011 f 12012 10117/2012
Page Z of 2
P258 476045 7051701961 ZZ $223,913.00 1 PE45 538040 0509020 $175827.00
3) P258 531200 705170198131 $52,311-00
P253 476045 8051701960ZZ 175,827.00
2.)P258 531200 705170196131 $52,311.00 3-
P258 531200 7051 lD 198132 $104,622.00
3�
2)-P258 531200 705170198132 $104,622.00 P258 531200 705170198133 $17,437.00
3� P258_531200 705170198151 22,x43.00
2)P258 P258 531200 705170195'133 $17,437.00
2�P258 531200 705170198151 $22,043.00
3 P253 531200 605170196131 0,836.0�
r 3) P253 531200 605170196132 1,fi72.DD
2) P258 531350 705170198142 500.00 T
2)-P258 531350 7051?0198173 $2,500.00 3) P253 53531200 6051 701 981 33 $13,612.00
3 P253 531200 605170198151 $17,207.00
2)_P253 511010 805170198'1,30 $22,500.00
2) P253 531200 605170196131 $40,836.00
2)P253 531200 605170196132 012672.00
2)..P253 531290 605170196133 $13,612.00
2)..P253 531200 6051701961.51 $17,207.00
2)...P258 511010 705170196130 $22,500.00
Submitted for City Manauees office by: Fernando Costa (8122)
Originating Dopartment Mead: S. Frank Crumb (8207)
Additional Information Contact: David L. Cooper(8252)
ATTACHMENTS
60VC M503VAR--RJN MC Ma p.pdf
60VCM503VAR-RJN P253 AO13.doc
60VC M503VAR-RJN P258 AO 13.doc
http://apps.cfwnet.org/cou.ncil_packet/mc-review.asp?II=17443&councildate=10!1512012 10/17/2012