Loading...
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