Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 56888-A1
CSC No. 56888-Al AMENDMENT No. 1 TO CITY SECRETARY CONTRACT No. 56888 WHEREAS, the City of Fort Worth (CITY) and Graham Associates, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 56888, (the CONTRACT) which was administratively authorized on the 27th day of December, 2021 in the amount of $98, 085 . 00; and WHEREAS, the CONTRACT involves engineering services for the following project: WJ Boaz Road Widening Improvements, CPN 103299; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1 . Article I of the CONTRACT is amended to include the additional engineering services specified in proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $2, 479, 025. 00 . (See Attached Funding Breakdown Sheet, Page -4-) 2 . Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $2, 577, 110 . 00 . 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City' s designated Assistant City Manager. OFFICIAL RECORD City of Fort Worth, Texas WJ Bo CITY SECRETARY Ls Prof Services Agreement Amendment Template 99 Page sloofD9te: November 23, 2021 FT. WORTH, TX 4 APPROVED: City of Fort Worth ENGINEER Kaspe Graham Asso es, Inc. Lana Bung doE Dana Burg hdoff u119,202218:13 CDT) Dana Burghdoff W. Jeff Williams Assistant City Manager President/CEO Jul 19, 2022 DATE: DATE: APPROVAL RECOMMENDED: 4)jL.2U, William Johnson(JV 15,202215:00 CDT) William Johnson, P .E. Director, Transportation & Public Works Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements . Alejaigra Ayala, P .E. Sr. Project Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas WJ Boaz Road Widening Improvements Prof Services Agreement Amendment Template 103299 Revision Date: November 23, 2021 Page 2 of 4 APPROVED AS TO FORM AND LEGALITY: M&C: 22-0518 aw Date : 6/28/2022 DBlack(Jul 19,202216:24 CDT) Douglas W. Black Sr. Assistant City Attorney ATTEST: � 14►*!oo-----0---o0�k41'79,om t g . 600gl ll 0 o °� 0jJannetteS.Goodall(JU120,2022 14:59 CDT) �0000 °Jannette Goodall �V000 �City Secretary � �c O 0 00000000a ��SEX Asap OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas WJ Boaz Road Widening Improvements Prof Services Agreement Amendment Template 103299 Revision Date: November 23, 2021 Page 3 of 4 FUNDING BREAKDOWN SHEET City Secretary No. 56888 Amendment No . 1 Department Fund-Account-Center Amount TPW 30108 0200431 5330500 103299 002330 $2, 479, 025. 00 Total : $2, 479, 025 . 00 City of Fort Worth, Texas WJ Boaz Road Widening Improvements Prof Services Agreement Amendment Template 103299 Revision Date: November 23, 2021 Page 4 of 4 FORT WORTH® ATTACHMENT "A" Scope for Engineerinq Design Related Services for WJ Boaz Road Task Order Contract (From Boat Club Road to Elkins School Road) 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. Design and construction of WJ Boaz Road between Boat Club Road and Elkins School Road. Includes reconstructing approximately 1.13 miles of existing 2 lane roadway to a 4 lane divided thoroughfare street section. Improvements will include pavement widening, drainage improvements, street lights, traffic signals, shared use paths, and right of way appraisals and acquisition. OBJECTIVE The project will provide preliminary engineering of the proposed roadway to include major design challenges in Oncor permitting, paving, and drainage. The Engineer shall survey and design 100% construction plans for Paving and Drainage improvements of W.J. Boaz Road (West End) from Boat Club Road (FM1220) to Elkins School Road in the City of Fort Worth, Texas. The project will require designing 60%, 90% 100% construction plans, including paving, drainage, street lights, subsurface utility engineering, soils borings, pavement design, signing, pavement markings, traffic control plans, culvert design, traffic signals, traffic warrant study, traffic study, FEMA LOMR, 404 Permit, right of way appraisals, right of way negotiations and acquisition. The project will also look at a roundabout option for Bowman Roberts Road. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design (Partially Completed) Task 3. Preliminary Design (60%) Task 4. Final Design (90% and 100%) Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Permitting Task 10. Quality Control/ Quality Assurance City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page of29 WJ Boaz Road Widening Improvements 103299 FORT WORTH® TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will 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 / Quality Assurance (QC/QA) is practiced in performance of the work. Refer to Task 10 for further details. • Communicate internally among team members. • Task and allocate team resources. 1.2. Communications and Reporting • Attend a pre-design project kickoff/charter meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Attend one (1) constructability review meeting with CITY representatives, including Traffic Management, at the 60% submittal milestone • Conduct and document monthly project update meetings with CITY Project Manager • Conduct a review meeting with the CITY at the end of the 30% design phase. • Conduct and document biweekly design team meetings • Conduct QC/QA reviews and document those activities. Refer to Task 10 for further details. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. Multi-month billing is not allowed. Months in which no work is being invoiced shall require submission of a $0.00 invoice. Prepare and submit monthly Project Status Reports in the format provided by the Transportation and Public Works 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 in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as defined in the City's Specification 00 31 15 entitled Engineer Project Schedule. • Prepare and submit a preliminary Project Risk Register, Stakeholder Register, and Project Communications Plan. CITY will modify and finalize. Review Project Risk Register periodically with CITY Project Manager and make recommendations to mitigate, accept, or remove risks. City of Fart Worth,Texas Page 2 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 2 of 29 103299 FORT WORTH® • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at end of the project. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • One (1) pre-design project kickoff/chartering meeting • One (1) constructability review meeting during design • Two (2) monthly project update meetings during each design phase • Three (3) plan review meetings (60%, 90%, 100%) • Twenty Two (22) biweekly design team meetings • All submittals to the City will be Quality checked prior to submission. • Project design phase is anticipated to take (11) months. • Eleven (11) Monthly updates of Project Status Reports, M/WBE forms, TPBE, Risk Register, and project Schedule. DELIVERABLES A. Meeting summaries with action items B. QC/QA documentation C. Baseline design schedule D. Preliminary Project Risk Register, preliminary Stakeholder Register, and preliminary Project Communications Plan E. Monthly Schedule updates with schedule narrative describing any current or anticipated schedule changes. F. Monthly Project Status Reports G. TPBE spreadsheet updates with milestone submittals and when new cost figures are available H. Monthly Project Risk Register updates City of Fort Worth,Texas Page 3 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 3 of 29 103299 FORT WORTH I. Plan Submittal Checklists (See Task 10) J. Monthly invoices K. Monthly M/WBE Report Form and Final Summary Payment Report Form City of Fort Worth,Texas Page 4 of 29 Attachment A PMO Release Date:02.06.2015 Page 4 of 29 WJ Boaz Road Widening Improvements 103299 FORT, OATH® TASK 2. CONCEPTUAL DESIGN (30 PERCENT). T The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows: 2.1. Data Collection • Traffic Count Data: Microsoft Excel spreadsheet of Raw 24-hour and Turning Movement Count data gathered at 15-minute intervals at a minimum on all raw data collected. Provide Daily Summaries by Approach and Peak-Period Summaries by Approach. Spreadsheet shall be uploaded to the CITY's document management system (BIM360) folder `TPW Traffic Count Data'. • In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • 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. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re- routing plans where necessary. 2.2. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) per Task 8. 2.3. Utility Clearance • ENGINEER will develop the design of CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. Where conflicts cannot be avoided, coordination of Utility Conflicts will begin at the Conceptual Design phase. • In the case of a public utility conflict, the ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • In the case of a private Utility Conflict, the ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in a Utility Clearance Letter for coordination. The ENGINEER may need to coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. City of Fort Worth,Texas Page 5 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 5 of 29 103299 FORT WORTH. • The ENGINEER shall upload a PDF file of the approved preliminary plan set to the designated project folder in the City's document management system (BIM 360) for forwarding to all utility companies which have facilities within the limits of the project. The PDF file should be created directly from the CAD files. 2.4. Engineering Design Report To ensure adherence to project scope, that design approach is in line with project objectives, and to obtain concurrence on development of the conceptual layout, ENGINEER shall prepare and submit a design report in the format provided by the CITY prior to developing conceptual plans. The CITY shall review and provide feedback on the report prior to ENGINEER starting the conceptual design. 2.5 The Conceptual Design Package shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • Quantity Summary page and each design sheet shall include a quantity take off table. • Traffic Engineering study corridor analysis study or alignment/feasibility study to support the recommended design alternative. Intersection Control Evaluation Report (ICE) may be required if applicable. • Conceptual Design Report (Arterials) in the format provided by the CITY • Conceptual iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table • Traffic Count Data: Microsoft Excel spreadsheet of Raw 24-hour and Turning Movement Count data gathered at 15-minute intervals at a minimum on all raw data collected. Provide Daily Summaries by Approach and Peak-Period Summaries by Approach. Spreadsheet shall be uploaded to the City's document management system (BIM 360), 'TPW Traffic Count Data' folder. • Existing typical sections of the roadway to be constructed along with proposed typical sections which outline the proposed improvements. Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs, sidewalks, and retaining walls. • Conceptual plan and profile sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks, and driveways, proposed lane dimensions and lane arrows, existing drainage structures, city owned and franchise utilities, and existing roadway vertical alignments (profiles). • Documentation of key design decisions. • Estimates of probable construction cost. City of Fort Worth,Texas Page 6 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 6 of 29 103299 FORT WORTH® ASSUMPTIONS • All storm water calculations and design shall conform to the CITY current iSWM Criteria Manual for Site Development and Construction. • Three (3) sets of 11"x17" size drainage area maps and one roll geometric drawing will be delivered for the 30% design. • PDF files created from design CAD drawings will be uploaded to the designated project folder in the City's document management system (BIM 360). ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. • One (1) Public Meeting is Assumed • Up to Ten (10) Individual Property Owner Meetings DELIVERABLES A. Conceptual Design Report B. Traffic Count Data C. Traffic Engineering Study D. Conceptual Drainage Checklist E. Conceptual Design Package F. Utility Conflict Plan PDF and Utility Conflict Table City of Fort Worth,Texas Page 7 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 7 of 29 103299 FORT WORTH® TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. The Preliminary Design Drawings and Specifications shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • Utility Conflict Matrix • Quantity Summary page and each design sheet shall include a quantity take off table. • Preliminary iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. • Traffic Control Plan including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. • 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 shall be indicated for each Control Point: Identified (existing City Monument#8901, PK City of Fort Worth,Texas Page 8 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 8 of 29 103299 FORT WORTH® 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). • Updated existing and proposed typical section sheets. • Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of vertical curves, grades, K values, e, and vertical clearances where required. • No less than two bench marks per plan/profile sheet. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Overall project easement layout sheet(s). • Intersection layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and existing and proposed contours (0.25' intervals) • Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, pavement, streetlights, traffic signals and all applicable utility details. • Preliminary signing, pavement marking, illumination and signal layouts. • ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of- way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Other frequencies as required by iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the CITY's current iSWM Criteria Manual for Site Development and Construction. All locations in the project area where 100-year runoff exceeds available storm drain and right-of-way capacities shall be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. • Storm drain layout sheets showing location and size of all inlets, manholes, junction boxes, culverts and piping to include storm drain profiles showing existing and proposed flow lines, flows, lengths and slopes of pipe, top of ground profile over pipe and connections to existing or proposed storm sewer systems. • Documentation of key design decisions. • Estimates of probable construction cost. City of Fort Worth,Texas Page 9 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 9 of 29 103299 FORT WORTH. 3.2. Geotechnical Investigation/Pavement Design • 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. • The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2005. The study shall include recommendations regarding utility trenching and identify existing groundwater elevation at each boring. 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. Public Meeting After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, assist the project manager in preparing a presentation of the most appropriate format (most usually in Power Point), and attend one (1) public meeting to help explain the proposed project to residents. The CITY shall select a suitable location, time and date. The Engineer needs to coordinate with the City's project manager to format the mailing list of all affected property owners. 3.5. 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 • Where conflicts cannot be avoided, coordination of Utility Conflicts will be identified at the Conceptual phase and begin at the Preliminary Design phase. In the case of a private Utility Conflict, the ENGINEER shall upload a set of plans in PDF format with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts in the City's document management system (BIM 360). The PDF file should be created directly from the CAD files. At each design milestone, the City PM will issue a Utility Clearance Letter to be accompanied by said plans and table to all utility companies which have facilities within the limits of the project for coordination The ENGINEER may need to coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. City of Fort worth,Texas Page 10 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 10 of 29 103299 FORT WORTH® • ENGINEER to obtain utility As-built plans and/or do field visits to confirm relocation is complete and that the utility has been relocated in accordance with the plans and the project needs, report any discrepancies found, and provide documentation to support findings. • ENGINEER to upload all utility As-built plans in the City's document management system (BIM 360) ASSUMPTIONS • Three (3) sets of 11"x17" size plans will be delivered for the 60% design for review coordination. • One (1) set of the Project Manual (Contract and Specifications) will be delivered for the 60% design. • The following shall be uploaded to the designated project folder in the City's document management system (BIM 360): Single PDF file created from design CAD drawings. The Project Manual (Contract and Specifications) All other submitted documents and checklists • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • One (1) Public Meeting is assumed. • 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 including QC/QA documentation B. Utility Conflict Coordination Package C. Geotechnical Report D. Preliminary Drainage Checklist E. Estimates of probable construction cost F. Public Meeting exhibits City of Fort Worth,Texas Page 11 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 11 of 29 103299 FORT WORTH 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: • Final draft construction plans (90%) and Project Manual shall be submitted to CITY per the approved Project Schedule. • The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in the Utility Clearance Letter to be issued by the City PM. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (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. • Drainage Study checklist in accordance with the current iSWM Criteria Manual for Site Development and Construction. • A Quantity Summary page will be included in both the 90% and 100% design plans. Each design sheet of the plans shall also include a quantity take off table. • The ENGINEER shall submit an estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use standard CITY or TxDOT bid items, as applicable. ASSUMPTIONS • Three (3) sets of 11"x17" size drawings and one (1) set of the Project Manual will be delivered for the 90% Design package. • A PDF and DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in the City's document management system (BIM 360). • One (1) sets of 11"x17" size drawings and one (1) set of specifications will be delivered for the 100% Design package. • A PDF and DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in City's document management system (BIM 360). DELIVERABLES A. 90% construction plans and specifications including QC/QA documentation. B. Utility relocation package. C. Final Drainage Checklist D. 100% construction plans and Project Manual including QC/QA documentation. E. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's or TxDOT's standard bid items and format, as applicable City of Fort Worth,Texas Page 12 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 12 of 29 103299 FORT WORTH® F. Digital cover sheet for the signatures of authorized CITY officials. City of Fort Worth,Texas Page 13 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 13 of 29 103299 FORT WORTH® TASK 5. BID PHASE SERVICES. The CITY reserves the right to bid the project either via traditional project bid to via unit price alternative delivery. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto the City's document management system (BIM 360) for access to potential bidders. • Project Manual shall be uploaded in a single PDF file • Bid Proposal Document of the Contract documents shall be uploaded in a file format of filename extension ".xls". • Unit Price Proposal documents are to be created utilizing the city's unit price tool only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, that 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 the City's document management system (BIM 360) in two formats, .pdf and .CAD files. The .pdf will consist of one file of the entire plan set. • If requested by prospective bidders, the ENGINEER will sell contract documents at a reasonable price to recover reproduction and document request fulfillment cost. The CITY will not sell hard copies of the contract documents. • The ENGINEER will coordinate with the CITY PM to obtain received "Expressions of Interest" from prospective bidders and from uploaded Plan Holder Registrations in the City's document management system (BIM 360) by contractors. ENGINEER will maintain a plan holders list. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidder's questions and requests in the form of addenda. The ENGINEER shall upload all approved addenda onto the City's document management system (BIM 360) and email addenda to all plan holders. • Attend the pre-bid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. City of Fort Worth,Texas Page 14 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 14 of 29 103299 FORT WORTH® • 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 and the CFW Data Spreadsheet are to be uploaded into the project's Bid Results folder on the City's document management system (BIM 360) • Incorporate all addenda into the contract documents and issue conformed sets. After the bid opening, ENGINEER will provide 5 full sets of plans, 7 half- size sets and 2 copies of the conformed Project Manual set incorporating all approved addenda. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • Construction documents will only be made available on the City's document management system (BIM 360) for plan holders and/or given to plan viewing rooms. • Construction documents will not be printed by the CITY and made available for purchase by plan holders and/or given to plan viewing rooms. • PDF and CAD files will be uploaded to the City's document management system (BIM 360). DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed) E. CFW Data Spreadsheet City of Fort Worth,Texas Page 15 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 15 of 29 103299 FORT WORTH® TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1. Construction Support • The ENGINEER shall attend the pre-construction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend one (1) public meeting to help explain the proposed project to residents. The CITY shall select a suitable location or media and mail notices to the nearby residents and other stakeholders. • The ENGINEER shall attend monthly or bi-weekly construction progress meetings during the duration of construction. The ENGINEER will prepare or collaborate with the CITY PM on a Construction Progress Report using the CITY's standard format and upload in the City's document management system (BIM 360).. • The ENGINEER will prepare a Construction Communication Plan detailing the procedure for communicating between the Project Delivery Team members and the Contractors. • The ENGINEER will meet with concerned citizens as needed in coordination with the CITY PM. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in the City's document management system (BIM 360). • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, respond to Request for Information (RFI) from the contractor, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER will meet with the Project Delivery Team and Contractor on-site to review any field changes. • The ENGINEER will coordinate with other TPW divisions and other departments as necessary. • The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. Information provided by the CITY may include, but is not limited to the following: o As-Built Survey o Red-Line Markups from the Contractor City of Fort Worth,Texas Page 16 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 16 of 29 103299 FORTWORTH, 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: 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, in Adobe Acrobat PDF format (version 6.0 or higher) and in DWF format. 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 digital files. • There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set, if required. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053—org3.pdf and K-0320—org5.pdf 11. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755—orgl8.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in the City's document management system (BIM 360). For information on the proper manner to submit files and to obtain a file number for the project, the ENGINEER should coordinate with the City project manager. File numbers will not be issued to a project unless the appropriate project numbers and City of Fort Worth,Texas Page 17 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 17 of 29 103299 FORT WORTH. fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • One (1) Public Meeting is assumed. • Eighteen (18) monthly site visits are assumed. • Eighteen (18) contractor payment submittal reviews are assumed. • Ten (10) RFI's are assumed. • Five (5) Change Orders are assumed. DELIVERABLES A. Public meeting exhibits B. Construction Communication Plan C. Response to Contractor's Request for Information D. Review of Change Orders E. Review of shop drawings F. Final Punch List items G. Record Drawings in digital format City of Fort worth,Texas Page 18 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 18 of 29 103299 FORT WORTH® TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way and easement 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 prepare a ROW and Easement parcel reference map showing and designating all land interest for project. The map shall be revised as necessary throughout the land acquisition process. • The documentation shall be provided in conformance with the checklists and templates available on the City's document management system (BIM 360) Project Resources folder. 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER should coordinate with the City project manager to identify all needed Temporary Right of Entries from landowners. It is assumed that letters will only be required for landowners adjacent to construction 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 document management system (BIM 360) Project Resources folder. 7.4. Right of Way Appraisals • The right of way agent shall prepare a preliminary and final appraisal for each tract of land to be acquired for the project. • The engineer will place all documents on the City's document management system (BIM 360) Project Resources folder. 7.5. RIGHT OF Way Offers and Acquisition • The right of way agent shall help prepare offer letters to the property owner as required. • The right of way agent shall help prepare help coordinate with property owners for engineer's plans, help in negotiating offers with the City staff. • The engineer will place all documents on the City's document management system (BIM 360) Project Resources folder. City of Fort Worth,Texas Page 19 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 19 of 29 103299 FORT WORTH® ASSUMPTIONS • Up to Ten (36) critical parcels delivered during this contract. • Right-of-Way research 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 records, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. • The documentation shall be provided in conformance with the checklists and templates available on the City's document management system resources folder. DELIVERABLES A. No more than ten (36) Easement exhibits and meets, and bounds provided on CITY forms. B. ROW and Easement parcel maps. C. Up to Thirty Six (36) Temporary Right of Entry cover letters D. Up to Thirty Six (36) Right of Entry documents City of Fort worth,Texas Page 20 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 20 of 29 103299 FORT W�O�RTH® TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1 :400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal • The documentation shall be provided in conformance with the checklists and templates available on the City's document management system resources folder. 8.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level D, C, B, and A, as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. City of Fort Worth,Texas Page 21 of 29 Attachment A PMO Release Date:02.06.2015 Page 21 of29 WJ Boaz Road Widening Improvements 103299 FORT WORTH® Quality Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B (includes tasks as described for Quality Level C) City of Fort Worth,Texas Page 22 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 22 of 29 103299 F�W • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. ASSUMPTIONS Up to Twelve (12) Level A test holes are included. DELIVERABLES A. Drawing of the project layout with dimensions and coordinate list. B. SUE plan drawings sealed by a professional engineer registered in the State of Texas. City of Fort Worth,Texas Page 23 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 23 of 29 103299 Fo- R-�° TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows: 9.1 Texas Department of Transportation (TxDOT) Permit • Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY and TxDOT review • Submitting revised forms for agency review • Responding to agency comments and requests 9.2. Oncor Permit • Prepare exhibit showing overhead lines and surveyed clearances • Prepare permit and application forms 9.3 Texas Department of Licensing and Regulation (TDLR) • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. • ENGINEER is responsible for providing plans that are in compliance with TDLR requirements. • Submit construction documents to the TDLR • Completing all TDLR forms/applications necessary • Obtain the Notice of Substantial Compliance from the TDLR • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests • All costs associated with TDLR plan review and inspections are to be paid by the ENGINEER during the course of the project. 9.4 Storm Water Pollution Prevention Plan • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare City of Fort Worth,Texas Page 24 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 24 of 29 103299 FORT WORTH® the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. 9.5 Environmental Services • Negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY review • Submitting revised forms for agency review • Responding to agency comments and requests 9.6 Floodplain Services • Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY review • Submitting revised forms for agency review • Responding to agency comments and requests • Prepare H & H reports and submit CLOMR to FEMA for MC-4 tributary and Marine Creek crossing. • Revise HEC-HMS Model on Marine Creek including report and submittal package • Revise HEC-RAS Model on Marine Creek including corrected effective model, future bridge modeling, and temporary culvert crossing under W.J. Boaz Road • Creek crossing for MC-4 and Marine Creek we will prepare a bridge layout only for permitting the CLOMR and designing the roadway fills up to Elkins School Road. Up to a 500 foot long channel for MC-4 will be designed with the project between Sam Cantey Road and Elkins School Road. 9.7 Tree Removal Permit • ENGINEER shall coordinate with the City Forester in the Park and Recreation Department, submit and obtain approval of a Tree Removal Permit when required. 9.8 Grading Permit Work with City staff to establish a grading permit if required by the project. City of Fort Worth,Texas Page 25 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 25 of 29 103299 FORT WORTH ASSUMPTIONS • Permit preparation will begin after approval of the Conceptual Design. • Two (2) meetings are assumed with City Staff DELIVERABLES A. Construction plans and Standard Details for SWPPP. B. Exhibit and Permit application for Oncor overhead lines C. Coordinate preliminary and final engineering contracts between En-Bridge Gas and the City D. Prepare LOMR for FEMA E. Prepare 404 Permit for U.S.A.C.E. F. Prepare construction plans and coordinate permit with TxDOT for F.M. 1220. City of Fort Worth,Texas Page 26 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 26 of 29 103299 FORT WORTH, TASK 10. QUALITY CONTROL/QUALITY ASSURANCE ENGINEER to provide to the City a Quality Control/ Quality Assurance Plan (QC/QA Plan) outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. ENGINEER is responsible for and shall coordinate all subconsultant activity to include quality and consistency of plans. If, at any time, during the course of reviewing a submittal of any item it becomes apparent to the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may cease its review and return the submittal to the ENGINEER immediately for appropriate action. A submittal returned to the ENGINEER for this reason may be rejected by the CITY Project Manager. 10.1. QC/QA of Survey and SUE Data • The ENGINEER's Surveyor shall perform Quality Control/ Quality Assurance on all procedures, field surveys, data, and products prior to delivery to the CITY. The CITY may also require the ENGINEER's Surveyor to perform a Quality Assurance review of the survey and/or subsurface utility engineering (SUE) work performed by other surveyors and SUE providers. • ENGINEER's Surveyor shall certify in writing via a letter that the survey information provided has undergone a Quality Control/ Quality Assurance process. • ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a letter that the SUE information provided has undergone a Quality Control/Quality Assurance process. 10.2. QC/QA of Design Documentation • ENGINEER shall perform a QC/QA review of all documents being submitted for review at all stages of the design including the 30% design review submittals. QA should be performed by an individual within the firm who is not on the design team. • ENGINEER is to acknowledge that each item on the Detailed Checklist has been included by checking "done" on the checklist. If a particular checklist item is not applicable, this should be indicated by checking "N/A". If an entire checklist is not applicable, this should be indicated by checking every item on the list as "N/A" and still included with the submittal. The ENGINEER shall use the Detailed Checklist provided by CITY. • A Comment Resolution Log must be used to document conflicting comments between reviewers and to highlight comments made by the CITY that the ENGINEER is not incorporating into the design documents along with the associated explanation. The ENGINEER shall use the Comment Resolution Log provided by CITY. • The documentation of a QC/QA review includes (1) a copy of the color-coded, original marked-up document (or "check print") developed during the QA checking process and/or review forms which sequentially list documents and associated comments; and (2) a QC sign-off sheet with signatures of the personnel involved City of Fort Worth,Texas Page 27 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 27 of 29 103299 FORT WORTH. in the checking process. Mark-ups may also be documented using the Comment Resolution Log. • Evidence of the QC/QA review will be required to accompany all submittals. Documentation shall include, but is not limited to, the following items: - PDF of the completed Detailed Checklists - PDF of the QC/QA check print of the calculations, plans, specifications, and estimates demonstrating that a review has been undertaken; - PDF of previous review comments (if any) and the ENGINEER's responses to those comments in the Comment Resolution Log. • If any of the above information is missing, is incomplete or if any comments are not adequately addressed; the CITY may contact the ENGINEER and request the missing information. If the ENGINEER does not respond to the request within 24 hours, the CITY shall reject the submittal. No additional time will be granted to the design schedule for a returned submittal. ENGINEER shall plan to recover the lost time with future project milestones remaining unchanged. • If the ENGINEER has not adequately addressed the comments,the submittal shall be rejected and returned to the ENGINEER immediately to address the issues. ASSUMPTIONS • All submittals to the City will be Quality checked prior to submission. • A PDF of the QC/QA documentation will be uploaded to the project folder in the City's document management system (BIM360). DELIVERABLES A. QC/QA documentation Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table. PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Traffic Traffic Storm Storm Lights /Sewer Control Control Control Attachment Signal Engineering 30% 60% 90% Water Water (Submit (Submit "A"Type (Submit All 30/o 60/o All @ All (Submit All -Required for all work in City ROW @ 30%) 30%) 960%) @ 60%) Street X X X X X X X X X Storm Water X X X X X Water/Sewer X X X X City of Fort Worth,Texas Page 28 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 28 of 29 103299 Fo_ WO . ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services • 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 to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Services for hardscaping, landscaping, and irrigation design. • Services for structural design. City of Fort Worth,Texas Page 29 of 29 Attachment A PMO Release Date:02.06.2015 WJ Boaz Road Widening Improvements Page 29 of 29 103299 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Graham Associates, Inc.J Engineering Services 77- $1,916,22757 77.30 Proposed MBE/SIBE Sub-Consultants TexPlor Geotech Drilling $23,000 0.93 Jakan Engineering Traffic Studies & Signals $95,000 3.83 The Rios Group S.U.E. $75,000 3-03 Symonds Ecology 404 Permit $28,200 1.14 Yaggi Engineering Street Lighting $38,500 1.55 PTG, Inc. ROW $150,000 6.05 Texas Appraisal Team Appraisals & ROW Acquisition $111,100 4.48 Non-MIBE/SIBE Consultants Landtec Engineers Pavement Design, Geotech $42,000 1.69 TOTAL $ 2,479,025.00 100% Project Number & Name Total Fee MBE/SIBE Fee MBE/SBE CPN 103299 —WJ Boaz Road $2,479,025 $520,800 21.00% City MBE/SBE Goal = 21.00% Consultant Committed Goal = 21.00% City of Fort Worth,Texas Attachment B WJ Boaz Road Widening Improvements PMO Official Release Date:8.09.2012 103299 Page 3 of 4 B-3 \go�\ \{\(§\Mll \§\ 27 ! ƒ \ - = - G - @ � A . o L= Lm N \ § ) / \ \ / itt -1 1 60 n n 22 ! \ Ir kk\ !� k $� ! -§ §§&)t))){ )28o-2 - - EL33o5zmo I I \:\ ) y;§2§§]j ]\/ 0 \} y o� N� Maa oval N�o y o .anN v� 1°caa^ cN N mF Nw p «Np «N-i W� NN 6 �NMgN �2 r W E b � a u a a° a w G tt1 a m 3 � ON ON OK N a° "� o $ o o voi o 0 o m vyi N O O N O O a 0 mU yNC aN N b N 0 ta�N Cta' OO'!� O Cy Oi� N m O h N O mN �W OW� CNN F- U pOi N h N y j O O 0 0 y W OW o y O V �V Oyi N O N N �t0�! �O-� 0 F F a b N O O O O F a>Z mY � do o`O d, w aa3 ra y Lu02 Lm cc � C N aiQ ?U J H U` T v� K y c•m `r° a �n W Ky e9 r N o m N.� p V NN�N ON th OI a V a Na o N�2 t19 y c W N t+1 1 m �- a Om E m u mym m c m e ` o c m of« `• _ Z o. m y Nmy N U' mc�m E d�E3w w` T o. Ud a mo ins E c a c°- o o.rn$�d�- s m ,c,�wts cw oy\y m�mmm m.o m - ME. ma«�_ `o _ m dromKw m ZM m33= m 0p^ o« ronU `m ~>m ccm'm c'm oc a-o via=¢¢ _ �roz o.ov co 3rtaE=33 c rJm 'u iL co3iL3 a`ci 'm'm UU v rco:¢w'H¢�� y�FU 3m _ _ E` z t`p Y ^N N N y a 7 7 777= m m p o .rvaa as on �rrrr o U¢a v r ro m E )� \\(\\\\\\\ \\\\\}\} \( . k ■� ; ; � ! )`� IN \ \ � } m ] S { m / e « ; RG � § » \/ \ = cn > rn ) / ao ` ©) /)))\ . ] \\ \a 24!« t - ) ) \\ )\)ki}]\ #�® §) EN 6 a, E 3 � D a° m � h 3 O f a c I , ■ z ' , O ' ■ �u 0 z° O W J _ p W � 2 ry N \ \ N N \ ry� N T T N T T N �"� � N N N N O - - 0p m \ 00 \ - W 00 \ N\ � � O O O � a tl1 a N N a0 W CO 00 00 a0 N O ^ o O O O O O O O O O O O O O O O O W C W O UI y �_LU J_ O > ? > > > > > > > > > > > > > > > > > m m > > m > > > m m m m > > v -o a a v a v J. m 'v' m - w o o - v ry oN ory ry o ry v ry ory o o o v ory a o o ti .T, o o ''a v 'a .y N � 'o � � T N N n o N ❑' � a ry v v o v u� c �n ry v m v cl) LC J S LLB o b J U 3 oQ c m O 3 ci > ¢ E If ,O M ❑ Z L � N a0+ N o E o Q O a 3 o m o m ° a o v E H ¢ E m a a o o .�. ii E o c oo a y N F E ¢ c w cL m o m '..„3� u �+ w �, v �. .o. "E o a O c E y c a E a V v � o v +°. ,a p v 7 U d a ~ w O ~O y '• z oo l7 c W .°� 3 co m m _ o -> a o a 'o -=o o - °c ¢ o 'G 'o E c �'n c vvi V u o L. x � Y^ a a m 3 °o ❑ v y a a a o a V n L p E c o > > u E o `w 0 0 0 co o a - v Q H Z u H iD v1 a H to V H M ¢ Z u O tLa` N - ¢ ':D ¢1 H u U Ix m V1 F o a a Q �� a v 6/30/22, 10:14 AM M&C Review Official site of the City of Fort Worth,Tex- CITY COUNCIL AGENDA FOR�r�Tli Create New From This M&C DATE: 6/28/2022 REFERENCE**M&C 22- LOG NAME: 20WJ BOAZ RD WIDENING NO.: 0518 IMPROVEMENTS AMENDMENT 1 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. (CD 7)Authorize Execution of Amendment No. 1 to an Engineering Services Agreement with Graham Associates, Inc., to Increase the Contract Amount by$2,479,025.00 for a Revised Contract Amount of$2,577,110.00 for the WJ Boaz Road Roadway Widening Improvements RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 1 to City Secretary No. 56888, an Engineering Services Agreement with Graham Associates, Inc., to increase the contract amount by$2,479,025.00 for a revised contract amount of$2,577,110.00 for the WJ Boaz Road Roadway Widening Improvements (City Project No. 103299). DISCUSSION: This Mayor and Council Communication (M&C) authorizes Amendment No. 1 to City Secretary No. 56888, an Engineering Services Agreement with Graham Associates, Inc., to increase the contract amount by$2,479,025.00 for a revised contract amount of$2,577,110.00 for the WJ Boaz Road Roadway Widening Improvements (City Project No.103299). This Amendment No. 1 includes costs associated with the design and construction plans to widen WJ Boaz Road Roadway Widening (City Project No.103299) between Boat Club Road (FM 1220) and Elkins School Road. Approximately 1-mile of roadway will be widened from a 2-lane road to a 4-lane divided thoroughfare. The project will include right-of-way acquisition, drainage improvements at a low water creek crossing, pedestrian facilities, street lights and coordination with the Texas Department of Transportation. The following table summarizes previous contract action and amendments: WJ Boaz West Amount Justification M&C Number Date Half City Secretary No. Advance delivery Administratively 56888 $98,085.00 of 2022 Bond Approved 12/27/2021 Program Projects Amendment No. 1 $2,479,025.00 Contract Total $2,577,110.00 Funding for the WJ Boaz Road Roadway Widening Improvements is summarized in the table below: Fund Existing Fund Additional Project Total Funding 30108-Transportation Impact $3,431,732.13 $3,431,732.13 Fee Cap 30104-Deleloper Contribution $300,000.00 $300,000.00 39008-Trans Impact Fee Cap $568,267.87 $568,267.87 Legacy apps.cfwnet.org/council_packet/mc_review.asp?ID=30070&councildate=6/28/2022 1/2 6/30/22, 10:14 AM M&C Review TBD-2022 Bond Program $12,300,000.00 $12,300,000.00 Project Total $4,300,000.00 $12,300,000.00 $16,600,000.00 Funding is budgeted in the Consultant& Other Professional Services account of the TPW Department Highway& Streets Department's Transporation Impact Fee Cap Fund. M/WBE Compliance with the City's Business Equity Ordinance has been achieved by the following method: Graham Associates, Inc. is in compliance with the City's Business Equity Ordinance by committing to 21\% Business Equity participation on this project. The City's Business Equity Goal on this project is 21\%. This project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Transportation Impact Fee Cap Fund for the WJ Boaz Rd West Half project to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the TPW Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount I ID ID I I Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID I I Year Chartfield 2 Submitted for City Manager's Office by_ Dana Burghdoff(8018) Originating Department Head: William Johnson (7801) Additional Information Contact: Monty Hall (8662) ATTACHMENTS 103299 WJ_Boaz_Compliance_Memo_5.13.2022_RZ.pdf (CFW Internal) 20WJ BOAZ RD WIDENING IMPROVEMENTS AMENDMENT 1 .docx (CFW Internal) FID_TABLE.103299.XLSX (CFW Internal) Form 1295 Signed Graham Associates.pdf (CFW Internal) M&C_Map CPN103299.pdf (Public) SAM.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=30070&councildate=6/28/2022 2/2