Loading...
HomeMy WebLinkAboutContract 56476-A1City of Fort Worth, Texas Bonds Ranch-Wagley Robertson Project Prof Services Agreement Amendment Template 103278 Revision Date: November 23, 2021 Page 1 of 4 AMENDMENT No. 1 TO CITY SECRETARY CONTRACT No. 56476 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 56476, (the CONTRACT) which was administratively authorized on the 15th day of October, 2021 in the amount of $93,765.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Bonds Ranch Road Task Order Contract from Wagley Robertson Road to US 81/287., CPN 103278; 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 $3,110,000.00. (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 $3,203,765.00. 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. CSC No. 56476-A1 City of Fort Worth, Texas Bonds Ranch-Wagley Robertson Project Prof Services Agreement Amendment Template 103278 Revision Date: November 23, 2021 Page 2 of 4 APPROVED: City of Fort Worth ENGINEER Kimley-Horn and Associates, Inc. Dana Burghdoff Scott R. Arnold, P.E. Assistant City Manager Vice President DATE: _______________ DATE: _________________ APPROVAL RECOMMENDED: Lauren L. Prieur, PE, PMP, CCM Interim 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. _______________________________ Alejandra Ayala, P.E. Sr. Project Manager August 4, 2022 William Johnson, P.E William Johnson (Oct 18, 2022 18:09 CDT) Oct 18, 2022 City of Fort Worth, Texas Bonds Ranch-Wagley Robertson Project Prof Services Agreement Amendment Template 103278 Revision Date: November 23, 2021 Page 3 of 4 APPROVED AS TO FORM AND LEGALITY: M&C: 22-0538 Date: June 28, 2022 Douglas W. Black Sr. Assistant City Attorney ATTEST: Jannette Goodall City Secretary DBlack (Oct 18, 2022 18:03 CDT) Jannette S. Goodall (Oct 19, 2022 08:24 CDT) Jannette S. Goodall City of Fort Worth, Texas Bonds Ranch-Wagley Robertson Project Prof Services Agreement Amendment Template 103278 Revision Date: November 23, 2021 Page 4 of 4 FUNDING BREAKDOWN SHEET City Secretary No. 56476 Amendment No. 1 Department Fund-Account-Center Amount TPW $3,110,000.00 Total: $3,110,000.00 39408-0200431-5330500-103278-002330 kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, Texas 76102 817-335-6511 August 2, 2022 Alejandra Ayala, P.E. Transportation and Public Works City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Re: Amendment #1 – Bonds Ranch Road Task Order Contract from Wagley Robertson Road to US 81/287. City Project No. 103278 City Secretary Contract No. 56476 Dear Alejandra: Kimley-Horn and Associates, Inc. (“ENGINEER”) is pleased to submit Amendment #1 in the amount of $3,110,000.00 to the City of Fort Worth (City) for the Task Order design contract (CSN 56476) for the Bonds Ranch Road Task Order Contract from Wagley Robertson Road to US 81/287. This amendment is anticipated to cover the scope of services outlined in Attachment A included herein. Each Task Order will include scope of services Attachment A for execution. We appreciate the opportunity to provide these services to you. Please contact me if you have any questions. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. By: Dana Shumard, P.E. Project Manager City of Fort Worth, Texas Attachment A Release Date: 07.22.2021 Page 1 of 39 ATTACHMENT “A” Scope for Engineering Design Related Services for Bonds Ranch Road Task Order Contract (from Wagley Robertson Road to US 81/287) 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. OBJECTIVE Complete construction plans for Bonds Ranch Road from Wagley Robertson Road to US 81/287. The project involves the reconstruction of the existing two-lane Bonds Ranch Road to a four-lane Neighborhood Connector with capacity to widen to six lanes. This project also includes the extension of Wagley Robertson Road, creating a second access point for the existing residential developments north of Bonds Ranch Road. A multi-lane roundabout will be constructed at the US 287/81 Southbound Frontage Road and intersection improvements are planned for the other major intersections. The typical cross section will be in accordance with the current MTP. The project will also involve a traffic study to determine the traffic control required at following intersections (one (1) multi-lane roundabout and two (2) traffic signals are assumed for the scope of services): ·Bonds Ranch Road and Wagley Robertson Road ·Bonds Ranch Road and Kittering Terrace/Fossil Springs Drive ·Bonds Ranch Road and Hawks Landing Road ·Bonds Ranch Road and US 81/287 Southbound Frontage Road Other major scope items for the project consists of the relocation of 36” water transmission main, major storm drain improvements including three (3) major creek crossings, and at- grade railroad crossing and franchise utility coordination. The scope will also consist of project management, data collection, topographic survey, subsurface utility engineering, geotechnical investigation, right-of-way documentation, permitting, at-grade railroad quiet zone crossing and railroad permitting, conceptual, preliminary and final design plans for water and roadway, environmental permitting, TxDOT coordination and specifications and opinion of probable construction costs, bidding and construction phase services, and additional task orders as necessary. The project will be bid in two (2) phases. The water line relocation will be constructed first and the roadway and drainage improvements will be bid out second. The scope consists of project management, bidding and construction phase services for both phases of the design and construction. WORK TO BE PERFORMED Task 1. Design Management Task 2. Traffic Analysis Task 3. Conceptual Design (30%) Task 4. Stormwater Assessment Task 5. Preliminary Design (60%) Task 6. Final Design (90% and 100%) Task 7. Water Line Design Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 2 of 39 Attachment A Release Date: 07.22.2021 Task 8. Bid Phase Services Task 9. Construction Phase Services Task 10. ROW/Easement Services Task 11. Survey and Subsurface Utility Engineering Services Task 12. Franchise Utility Coordination Task 13. Permitting Task 14. Plan Submittal Checklist Task 15. Quality Control/ Quality Assurance 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 Water Bid Package Phase 1 · Managing the Team: o Lead, manage and direct design team activities o Ensure quality control is practiced in performance of the work o Communicate internally among team members o Task and allocate team resources · Communications and Reporting: o Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. o Conduct review meetings with the CITY at the end of each design phase. o Prepare invoices and submit monthly in the format requested by the CITY. o Prepare and submit monthly progress reports in the format provided by the Water Department. o 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. o Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. o 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. o With respect to coordination with permitting authorities, ENGINEER will communicate with permitting authorities such that their regulatory Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 3 of 39 Attachment A Release Date: 07.22.2021 requirements are appropriately reflected in the designs. ENGINEER will work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. o Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants will carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS · Nine (9) MWBE reports will be prepared. · One (1) kickoff meeting with CITY staff. · Three (3) review meetings with CITY staff. · 9 monthly project schedule updates will be prepared. · Railroad permitting is included in Task 13. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes. F. Monthly M/WBE Report Form and Final Summary Payment Report Form 1.2 Roadway Widening Bid Package 2 · Managing the Team: o Lead, manage and direct design team activities. o Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance of the work. Refer to Task 15 for further details. o Communicate internally among team members. o Task and allocate team resources. o Conduct and document biweekly design team meetings. o Attend a pre-design project kickoff meeting with internal staff to discuss scope, schedule and roles. · Communications and Reporting: o Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 4 of 39 Attachment A Release Date: 07.22.2021 o Conduct and document biweekly project update meetings with CITY Project Manager. o Conduct review meetings with the CITY at the end of each design phase. o Prepare for and conduct up to two (2) peer review meetings during the design phase. o Prepare for and conduct up to three (3) meetings with Stormwater Group. o Prepare for and conduct up to six (6) meetings with Transportation Management. o Prepare for and attend up to two (2) TxDOT coordination meetings. o Prepare for and attend up to two (2) Tarrant County coordination meetings. o Prepare for and attend up to four (4) meetings with stakeholders along the project such as adjacent developers or HOA’s. o Prepare meeting agendas and meeting notes for all meetings listed above. o 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. o 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 will require submission of a $0.00 invoice. o 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. o Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. o Conduct QC/QA reviews and document those activities. Refer to Task 15 for further details. o 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. o With respect to coordination with permitting authorities, ENGINEER will communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER will work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 5 of 39 Attachment A Release Date: 07.22.2021 ASSUMPTIONS · Sixty (60) biweekly design team meetings · Thirty (30) monthly project update meetings during design phase · Three (3) plan review meetings · Two (2) Peer Review meetings · Three (3) meetings with Stormwater · Six (6) meetings with Transportation Management · Two (2) meetings with TxDOT · Two (2) meetings with Tarrant County · Four (4) stakeholder meetings · Railroad permitting is included in Task 13. · All submittals to the CITY will be Quality checked prior to submission. · Project design phase is anticipated to take thirty (30) months. · Thirty (30) monthly updates of Project Status Reports, MWBE forms, TPBE, Risk Register, and project Schedule. DELIVERABLES A. Meeting summaries with action items. B. QC/QA documentation C. Preliminary Project Risk Register, preliminary Stakeholder Register, and preliminary Project Communications Plan. D. Monthly Schedule updates with schedule narrative describing any current or anticipated schedule changes. E. TPBE spreadsheet updates with milestone submittals and when new cost figures are available. F. Project Risk Register updates. G. Plan Submittal Checklists (See Task 15). H. Monthly invoices. I. Monthly M/WBE Report Form and Final Summary Payment Report Form. 1.3 Public Involvement o After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER will 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 will 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. o During the final design phase, the ENGINEER will 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 will select a suitable location, time Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 6 of 39 Attachment A Release Date: 07.22.2021 and date. The ENGINEER needs to coordinate with the CITY’s project manager to format the mailing list of all affected property owners. o Upon request from the CITY, the ENGINEER will prepare 3D renderings illustrating the corridor improvements for the public meeting. DELIVERABLES A. Meeting Exhibits and Boards B. PowerPoint Presentation C. Mailing list TASK 2. TRAFFIC ANALYSIS 2.1 The ENGINEER will evaluate Bonds Ranch Road from the NB 287 Frontage Road to Wagley Robertson at the following intersections: · Bonds Ranch Road and 287 Interchange · Bonds Ranch Road and Hawks Landing Road · Bonds Ranch Road and Fossil Springs Drive · Bonds Ranch Road and Wagley Robertson Road for the following scenarios during the weekday AM and PM peak periods: · Existing Year (2021) Current Conditions · Existing Year (2021) Traffic Signal Conditions · Existing Year (2021) Roundabout Conditions · Horizon Year Traffic Signal · Horizon Year Roundabout Conditions 2.2 The ENGINEER will develop horizon year projected traffic conditions based on known developments and infrastructure projects in the area. The infrastructure projects may reroute traffic. The known projects may add additional traffic. 2.3 287 Frontage Road Operational Analysis · The ENGINEER will analyze Bonds Ranch Road intersection of the SB 287 Frontage Road and NB 287 Frontage Road including volumes for both the current year (2021) and a projected horizon design year. ENGINEER will analyze current year and design year conditions for existing conditions (single lane roundabout) and a multi-lane modern roundabout. · The ENGINEER will utilize the traffic data provided by TxDOT as well as counts collected in 2021 under the previous task order. 2.4 The ENGINEER will perform link level capacity analysis for the current year and horizon year. The link level capacity analysis will evaluate the four (4) lane cross section, four (4) lane with right turn lanes and six (6) lane cross section. Up to three (3) cross section analyses will be evaluated. 2.5 VISSIM Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 7 of 39 Attachment A Release Date: 07.22.2021 · Using VISSIM software, create a model of the proposed corridor with the recommended lane configuration and intersection improvements with the traffic horizon year projections. ENGINEER will address one round of comments. 2.6 Technical Memorandum ENGINEER will summarize the findings from Tasks 2.1 to 2.5 for CITY review. This memorandum will consist of level of service comparisons for each intersection’s alternative, average delay per vehicle for each approach, and total delay for each intersection alternative studied. The memorandum will include subsequent conclusions and recommendations based on the analytical data. ASSUMPTIONS · As part of this task, ENGINEER anticipates up to two (2) revisions to be made to each report based on CITY comments. · Additional revisions to the reports will be considered additional services. · Assumes two (2) Review Meetings with the CITY. DELIVERABLES A. PDF and up to five (5) hard copies of the technical memorandum. TASK 3. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design will 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: 3.1 Data Collection · 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. 3.2. Engineering Design Report Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 8 of 39 Attachment A Release Date: 07.22.2021 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 will prepare and submit a design report in the format provided by the CITY prior to developing conceptual plans. The CITY will review and provide feedback on the report prior to ENGINEER starting the conceptual design. 3.3 The Conceptual Design Package will consist of the following: · 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. · Existing typical sections of the roadway to be constructed along with proposed typical sections which outline the proposed improvements. Typical sections will consist of existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs, sidewalks, and retaining walls. · Conceptual plan and profile roll plot 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). · At-grade railroad crossing layout per BNSF and CITY requirements. · Water line relocations per Task 7.1. · Storm drain culvert crossing or bridge layouts per results of Task 4. · Evaluate two options for the bridge layout, two three lane or one six lane bridge. This evaluation will be based on balancing impacts to cost, adjacent parcels, existing franchise utilities, and planned future infrastructure. The bridge is anticipated to be 100 linear feet in length. · Drainage area map, runoff calcs and preliminary storm drain layout. · Documentation of key design decisions. · Estimates of probable construction cost. · Prepare conceptual design plan and profile rendered roll plot exhibit of the corridor. · Prepare conceptual plan and profile roll plot of the corridor. · Prepare right-of-way strip map 3.4. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) per Task 11. 3.5. Utility Clearance Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 9 of 39 Attachment A Release Date: 07.22.2021 · Provide Utility Clearance per Task 11. ASSUMPTIONS · Three (3) sets of 11”x17” size plans 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 will not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Report B. Traffic Engineering Study per Task 2 C. Conceptual Design Package D. Utility Conflict Plan PDF and Utility Conflict Table TASK 4. STORMWATER ANALYSIS 4.1 Stormwater Analysis · 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 will conform to CITY criteria delineated in the current CITY 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 will be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent CITY Standards · ENGINEER will prepare a conceptual drainage study that consists of the hydraulic modeling results of the creek and two culvert options for each crossing and a brief narrative and modeling results. The intent of the drainage study is to demonstrate there are no increases in the water surface elevations. 4.2 Letter of Map Revision (LOMR) The ENGINEER will prepare a LOMR for the culvert crossings if required by federal requirements. The LOMR will be prepared in accordance with FEMA requirements. The fees associated with the preparation of the LOMR are included in this Task. This task consists of the following subtasks and may rely upon the results the Open Channel Analysis Task: · Prepare FEMA forms and applications. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 10 of 39 Attachment A Release Date: 07.22.2021 · Prepare a drainage report summary. · Prepare hydraulic calculations and tables. · Prepare necessary workmaps and floodplain maps. · Ensure all hydraulic models meet FEMA requirements. 4.3 CITY Floodplain Development · Prepare application for floodplain permit. · Prepare applicable, Storm Drain Sheets H&H Calculations and Drainage reports. · Meet and coordinate to obtain approval from CITY Floodplain Administer to obtain permit. ASSUMPTIONS · ENGINEER will evaluate up to three (3) scenarios for each crossing. · ENGINEER will rely upon FEMA effective flows and most recent CITY studies. · All storm water calculations and design will conform to the current CITY iSWM Criteria Manual for Site Development and Construction. · Address up to two (2) rounds of comments. TASK 5. PRELIMINARY DESIGN (60 PERCENT) Preliminary plans and specifications will be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows: 5.1. The Preliminary Design Drawings and Specifications will consist of the following: · Preliminary cover and index of sheets showing project limits, area location map and beginning and end station limits. · General notes · 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 will 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 right-of-way strip map and project easement layout sheet(s). · Updated existing and proposed typical section sheets. · SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 11 of 39 Attachment A Release Date: 07.22.2021 · 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. · Preliminary iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. · Removal plan 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 benchmarks per plan/profile sheet. · Bearings given on all proposed centerlines, or baselines. · Station equations relating utilities to paving, when appropriate. · Intersection layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and existing and proposed contours (0.25’ intervals) · Roundabout Sheets that consist of the following information: o Alignment Data Sheet for the Roundabout which will illustrate the alignment for each leg of the intersection and the circulatory roadway. o Roundabout Paving Plan Layout – Plan sheets will include station and coordinate data for all horizontal alignment P.C.’s, P.T.’s, P.I.’s; station. o Roundabout Profile Sheets – Adding additional information to the plan sheets that were submitted during the conceptual design. The profiles will show 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. o Roundabout Grading Plan Sheets – This includes finalizing the roundabout grading and developing contour plan sheets for the roundabout grading. This also allows for adding additional information to the cross-slope plan sheets that were submitted during the conceptual design. · Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, pavement, streetlights, traffic signals and all applicable utility details. · Preliminary cross sections. · Retaining wall design (if necessary). · Preliminary signing, pavement marking plans. · Illumination layouts. · Traffic Signal layouts for Wagley Robertson and Bonds Ranch intersection and Fossil Springs and Bonds Ranch intersection. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 12 of 39 Attachment A Release Date: 07.22.2021 · 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 will 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 will 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. · Bridge layout (if applicable). Bridge layout will include plan and profile and the following additional bridge sheets: o Foundation plans o Bridge typical sections o Traffic rail, pedestrian rails, and fencing, if applicable · Culvert plan and profile sheets, grading and headwall layout sheets. · Water and Wastewater Utility Adjustment Sheets. · Water line layouts per Task 7. · At-grade railroad crossing layout per Task 13. · Documentation of key design decisions. · Estimates of probable construction cost. · Up to three (3) project site visits. · Documentation of key design decisions. · Provide Utility Clearance per Task 11. 5.2 Constructability Review · Prior to the 60 percent review meeting with the CITY, the ENGINEER will schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER will summarize the CITY’s comments from the field visit and submit this information to the CITY in writing. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 13 of 39 Attachment A Release Date: 07.22.2021 5.3 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 will prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual. The study will include recommendations regarding utility trenching and identify existing groundwater elevation at each boring. 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 will be uploaded to the designated project folder in BIM 360: o Single PDF file created from design CAD drawings. o The Project Manual (Contract and Specifications) o All other submitted documents and checklists · The CITY’s front end and technical specifications will be used. The ENGINEER will supplement the technical specifications if needed. · One (1) Public Meeting is assumed. · ENGINEER will 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 5.4 Wagley Robertson Interim Improvements · Prepare plans for interim connection from Bonds Ranch Road to Wagley Robertson to the north. The interim connection will be bid with the Bid Package 1, Task 7. The interim improvements will consist of the following: o Paving sheets o Drainage layouts o Drainage area map and calculations o Traffic control Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 14 of 39 Attachment A Release Date: 07.22.2021 o Traffic signal mod if required o Details o Estimates of probable construction cost o Plan sheets will be included with the bid package 1. Conceptual, preliminary submittal is assumed. TASK 6. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: 6.1 Final Design for Roadway Widening Bid Package 2 · Final draft construction plans (90%) and Project Manual will be submitted to CITY per the approved Project Schedule. · Coordinate plans and drawings with potential developers and engineer during design for adjacent development coming in concurrently. · Provide Utility Clearance per Task 11. · Jointing plan. · Following a 90% construction plan review meeting with the CITY, the ENGINEER will submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan sheet will 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 will also include a quantity take off table. · The ENGINEER will submit an estimate of probable construction cost with both the 90% and 100% design packages. This estimate will use standard CITY or TxDOT bid items, as applicable. · Update plans to reflect franchise utility relocations. 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 file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in 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 file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in BIM 360. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 15 of 39 Attachment A Release Date: 07.22.2021 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. 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. F. Digital cover sheet for the signatures of authorized CITY officials. 6.2 Interim Improvements along Bonds Ranch Road · Prepare final plans for the interim improvements along Bonds Ranch Road that will be built through unit price task order contract in late 2022. The interim improvements will consist of the following: o Turn lane improvements at Fossil Springs and Bonds Ranch Road intersection. o Turn lane improvements for the eastbound approach to the US 287 frontage road roundabout. o Task Order package will be prepared including a cover sheet, index, removal plans, project control, paving improvements, signing and marking, drainage and grading, traffic control and details. o Quantity and pay item listing will be provided. o Attend one (1) constructability review in the field. o Address one (1) round of comments. o Construction phase assistance as needed for up to sixty (60) hours. 6.3 Final Design for Wagley Robertson Interim Improvements · Finalize plans for the interim connection from Bonds Ranch Road to Wagley Robertson Road to the north. The interim connection will be bid with the Bid Package 1, Task 7. · Attend one (1) constructability review in the field. · Address one (1) round of comments. TASK 7. WATER LINE DESIGN – BID PACKAGE 1 7.1 Conceptual Design (30 Percent) The Conceptual Design will be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to: § Study the project, Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 16 of 39 Attachment A Release Date: 07.22.2021 § Identify and develop alternatives that enhance the system, § Present (through the defined deliverables) these alternatives to the CITY, § Recommend the alternatives that successfully addresses the design problem, and § Obtain the CITY’s endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 7.1 Data Collection · In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. · The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. · The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. · The ENGINEER will visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and will identify existing sample stations and fire line locations. o The Conceptual Design Package will consist of 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. § 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 · Two (2) copies of the conceptual design package (30% design) will be delivered and will consist of 11x17 Plan and Profile drawings. · ENGINEER will prepare the meeting notes from the Conceptual Review meeting and revise the report, if needed. · ENGINEER will not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package 7.2 Preliminary Design (60 Percent) Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 17 of 39 Attachment A Release Date: 07.22.2021 Preliminary plans and specifications will be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows: · Development of Preliminary Design Drawings and Specifications will consist of the following: o Cover Sheet o 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 will 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). o Overall project easement layout sheet(s) with property owner information. o Overall project water and/or sanitary sewer layout sheets. The water layout sheet will 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 will identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. o Overall water and/or sanitary sewer abandonment sheet. o 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. o Benchmarks per 1,000 ft of plan/profile sheet – two or more. o Bearings given on all proposed centerlines, or baselines. o Station equations relating utilities to paving, when appropriate. o 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 will be provided on the plan view. · Utility Clearance o 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 Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 18 of 39 Attachment A Release Date: 07.22.2021 existing utilities, and where known and possible consider potential future utilities in designs. · Cathodic Protection Study o Cathodic Protection Design – ENGINEER’s subconsultant will provide Cathodic Protection Design Services for three (3) pipe material alternatives, ductile iron, steel, and bar-wrapped concrete steel cylinder pipe, along the water line alignment. Tasks will consist of Analysis of existing pipelines and review of previously performed geotechnical studies, and Design Recommendations. This task includes field and lab work of in-situ soils. A report will be prepared that documents the analysis, and an opinion of probable construction cost for cathodic protection and interference control systems. ASSUMPTIONS · Two (2) site visits will be conducted during the preliminary design phase. · Two (2) sets of 22x34 size plans will be delivered for the Constructability Review. · Two (2) sets of 22x34 size plans and two (2) sets of 11x17 size plans will be delivered for the Preliminary Design (60% design). · One (1) set of Table of Contents, Bid Proposal, and Prequalification Statement will be delivered for the Preliminary Design (60% design). · One (1) sets of 22x34 size drawings (.pdf) will be uploaded to BIM 360 for Utility Clearance. · ENGINEER will 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. Opinions of probable construction cost D. Specification Table of Contents, Bid Proposal and Prequalification Statement. 7.3 Final Design (90 Percent) Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: · For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The ENGINEER will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. · Draft Final plans (90%) and specifications will be submitted to CITY per the approved Project Schedule. o Drawings will incorporate all CITY comments from the Preliminary Design Package Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 19 of 39 Attachment A Release Date: 07.22.2021 o Drawings will be prepared in accordance with City Construction Standards · Final Design will include Cathodic Protection Design Plans as prepared by ENGINEER’s Cathodic Protection subconsultant. · The ENGINEER will submit a final design opinion of probable construction cost with the 90% design package. ASSUMPTIONS · The CITY’s front end and technical specifications will be used. The ENGINEER will supplement the technical specifications if needed. · Four (4) site visits will be conducted during the final design phase. · Two (2) sets of 11x17 size drawings and two (2) sets of 22x34 size drawings and two (2) specifications will be delivered for the 90% Design package. · Traffic Control “Typicals” will be utilized to the extent possible. It is assumed an additional six (6) project specific traffic control sheets will be developed. · Design Drawings will be uploaded to BIM 360 (.pdf) · Design Specifications will be uploaded to BIM 360 (.pdf) DELIVERABLES A. 90% construction plans and specifications (hard copies and file formats indicated above). B. Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY’s standard bid items and format. 7.4 Construction Document Preparation Upon approval of the Final Design plans, ENGINEER will prepare construction documents as follows: · Address and incorporate CITY comments from the 90% Final Design review. · Draft Final plans (90%) and specifications will be submitted to CITY per the approved Project Schedule. · Following a 90% construction plan review meeting with the CITY, the ENGINEER will commence with preparation of the Lift Station Construction Documents and provide the package to the CITY per the approved Project Schedule. Each plan sheet will be stamped, dated, and signed by the ENGINEER registered in State of Texas. · The ENGINEER will submit a final design opinion of probable construction cost with the Construction Documents design package. ASSUMPTIONS · Two (2) sets of 11x17 size drawings and two (2) sets of 22x34 size drawings and two (2) specifications will be delivered for the Construction Document package. · Design Drawings will be uploaded to BIM 360 (.pdf) · Design Specifications will be uploaded to BIM 360 (.pdf) Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 20 of 39 Attachment A Release Date: 07.22.2021 DELIVERABLES A. Signed and Sealed Bid Documents. B. Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY’s standard bid items and format. TASK 8 BID PHASE SERVICES ENGINEER will support the Bid Phase of the project as follows. 8.1 Water Bid Package 1 · Bid Support o The ENGINEER will upload all plans and contract documents onto BIM 360 for access to potential bidders. § Contract documents will be uploaded in a .xls file. § 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 BIM 360 in .pdf format. The .pdf will consist of one file of the entire plan set. o The ENGINEER will sell contract documents and maintain a plan holders list on BIM 360 from Contractor’s uploaded Plan Holder Registrations in BIM 360. o The ENGINEER will develop and implement procedures for receiving and answering bidders’ questions and requests for additional information. The procedures will include a log of all significant bidder’s questions and requests and the response thereto. The log will be housed and maintained in the project’s BIM 360 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 will upload all approved addenda onto BIM 360 and mail addenda to all plan holders. o Attend the prebid conference in support of the CITY. o Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. o Attend the bid opening in support of the CITY. o Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project’s Bid Results folder on BIM 360. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 21 of 39 Attachment A Release Date: 07.22.2021 o Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS · The water line project will be bid only once and awarded to one contractor. · One (2) set of construction documents will be made available on BIM 360 for plan holders and/or given to plan viewing rooms. · Five (5) sets of 11x17 size and Five (5) sets of 22x34 size drawings plans and Five (5) specifications (conformed, if applicable) will be delivered to the CITY. · PDF files will be uploaded to BIM 360. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) 8.2 Roadway Bid Package 2 · Bid Support o The ENGINEER will upload all plans and contract documents onto BIM 360 for access to potential bidders. § Project Manual will be uploaded in a single PDF file. § Bid Proposal Document of the Contract documents will 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 in .pdf format are to be uploaded to BIM 360. The .pdf will consist of one file of the entire plan set. o 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. o The ENGINEER will coordinate with the CITY PM to obtain received “Expressions of Interest” from prospective bidders and from uploaded Plan Holder Registrations in BIM 360 by contractors. ENGINEER will maintain a plan holders list. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 22 of 39 Attachment A Release Date: 07.22.2021 o The ENGINEER will develop and implement procedures for receiving and answering bidders’ questions and requests for additional information. The procedures will include a log of all significant bidders questions and requests and the response thereto. The log will 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 will upload all approved addenda onto BIM 360 and email addenda to all plan holders. o Attend the pre-bid conference in support of the CITY. o Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. o 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. o Attend the bid opening in support of the CITY. o 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 BIM 360. o 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 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 files will be uploaded to BIM 360. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed) E. CFW Data Spreadsheet Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 23 of 39 Attachment A Release Date: 07.22.2021 TASK 9 CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows: 9.1 Water Bid Package 1 · Construction Support o The ENGINEER will attend the preconstruction conference. o After the pre-construction conference, the ENGINEER will provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY will select a suitable location and mail the invitation letters to the affected customers. o Prepare and distribute Meeting Notes. o On-site Observation § Make up to twelve (12) site visits at intervals as directed by CITY in order to observe the progress of the work. - Such visits and observations by ENGINEER are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER’S exercise of professional judgment. Based on information obtained during such visits and such observations, ENGINEER will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep CITY informed of the general progress of the Work. - The purpose of ENGINEER’S site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER will not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. o Progress Meetings Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 24 of 39 Attachment A Release Date: 07.22.2021 § Attend monthly progress meetings (up to 12), and visit the site for observation at that time. o Shop drawing, samples and other submittals Review § Review up to thirty (30) 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, approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs and will 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. § Log all shop drawings, samples and other submittals. o Substitutions § Evaluate and determine the acceptability of up to ten (10) substitute or "or-equal" materials proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of the state or the CITY. o Request for information (RFI): § Provide necessary interpretations and clarifications of contract documents, and make recommendations as to the acceptability of the work for up to eight (8) RFI’s. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. o Change Orders § Provide support for Change Orders as requested by the CITY. Change Order support may include review and recommendations to the CITY for the execution of change orders. o Final PROJECT Walk Through § Attend the “Final” PROJECT Part walk through and assist with preparation of final punch list. Attend one (1) final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents. o ENGINEER will not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. ENGINEER will not have the authority or responsibility to stop the work of any Contractor. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 25 of 39 Attachment A Release Date: 07.22.2021 · Record Drawings o The ENGINEER will prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information will be provided by the CITY: § As-Built Survey § Red-Line Markups from Contractor § Red-Line Markups from City Inspector § Copies of Approved Change Orders § Approved Substitutions o The ENGINEER will modify the Final Drawings electronically and will place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp will be signed and dated by the ENGINEER and will be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet will clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. o The following disclaimer will 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. o The ENGINEER will 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 will be returned to the CITY with the mylars. ASSUMPTIONS · Eight (8) RFI’s are assumed. · Two (2) Change Orders are assumed · One (1) copy of full size (22”x34”) .PDF will be delivered to the CITY. DELIVERABLES A. Public meeting exhibits B. Response to Contractor’s Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. PDF Record Drawings files will be uploaded to BIM 360. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 26 of 39 Attachment A Release Date: 07.22.2021 G. GIS shapefiles will be provided to the CITY in .shp format. H. Approved Pipe Shop Drawings. 9.2 Roadway Widening Package 2 · Construction Support o The ENGINEER will attend the pre-construction conference. § After the pre-construction conference, the ENGINEER will provide project exhibits and attend one (1) public meeting to help explain the proposed project to residents. The CITY will select a suitable location or media and mail notices to the nearby residents and other stakeholders. o The ENGINEER will 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 BIM 360. o The ENGINEER will prepare a Construction Communication Plan detailing the procedure for communicating between the Project Delivery Team members and the Contractors. o The ENGINEER will meet with concerned citizens as needed in coordination with the CITY PM. o The ENGINEER will 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 will 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 will log and track all shop drawings, samples and other submittals in BIM 360. o As requested by the CITY, the ENGINEER will 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. o The ENGINEER will coordinate with other TPW divisions and other departments as necessary. o The ENGINEER will attend the “Final” project walk through and assist with preparation of final punch list. · Record Drawings o The ENGINEER will 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: Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 27 of 39 Attachment A Release Date: 07.22.2021 § As-Built Survey § Red-Line Markups from the Contractor § Red-Line Markups from City Inspector § Copies of Approved Change Orders § Approved Substitutions o The ENGINEER will modify the Final Drawings electronically and will place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp will be signed and dated by the ENGINEER and will be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet will clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. o The following disclaimer will 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. o The ENGINEER will submit a set of sealed Final Drawings, modified and stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or higher). The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings will be returned to the CITY with the digital files. o There will be one (1) PDF file for the TPW plan set and a separate PDF file for the Water plan set, if required. Each PDF file will contain all associated sheets of the particular plan set.Singular PDF files for each sheet of a plan set will not be accepted. PDF files will 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” will be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example –“X-35667_org36.pdf” where “X-35667” is the assigned file number obtained from the CITY,“_org” designating the file is of an original plan set,“36” will be the total number of sheets in this file. Example: X-12755_org18.pdf PDF files will be uploaded to the project’s Record Drawing folder on BIM 360. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 28 of 39 Attachment A Release Date: 07.22.2021 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 fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS · One (1) Public Meeting is assumed. · Twenty-four (24) site visits are assumed. · Forty (40) submittal reviews are assumed. · Forty (40) RFI’s are assumed. · Four (4) 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 TASK 10. 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. 10.1 Right-of-Way Research · The ENGINEER will 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. 10.2 Right-of-Way/Easement Preparation and Submittal. · The ENGINEER will prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. · The ENGINEER will prepare a ROW and Easement parcel reference map showing and designating all land interest for project. The map will be revised as necessary throughout the land acquisition process. · The documentation will be provided in conformance with the checklists and templates available on BIM 360 Project Resources folder. 10.3 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 Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 29 of 39 Attachment A Release Date: 07.22.2021 assumed that letters will only be required for land owners adjacent to construction or who are directly affected by the project and no easement is required to enter their property. · The documentation will be provided in conformance with the checklists and templates available on BIM 360 Project Resources folder. 10.4 ROW Acquisition Support (if necessary) · Provide support to the CITY for obtaining permanent right-of-way, easement acquisition and right-of-entries such as the following: o Obtain appraisals o Prepare initial and final offers o Negotiate on behalf of the CITY o Coordinate with CITY PM and Real Property o Coordination with Title Company ASSUMPTIONS · 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. · Six (6) Easement Documents are assumed DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. ROW and Easement parcel map C. Temporary Right of Entry cover letters D. Temporary Right of Entry documents E. Appraisal packages F. Offer letters TASK 11. FRANCHISE UTILITY COORIDNATION – Roadway Widening Package 12 11.1 Franchise Utility Coordination · The ENGINEER will consult with the CITY’s Transportation and Public Works Department, Water Department, and other CITY departments, public 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. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 30 of 39 Attachment A Release Date: 07.22.2021 · 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. · The ENGINEER will schedule a kickoff meeting with all known franchise utility companies after the conceptual submittal to begin utility coordination process. · The ENGINEER will prepare conflict analysis matrix and provide a PDF set of plans with the utility conflicts highlighted and provide to utility companies. · The ENGINEER will meet with utility companies to review conflict analysis. The ENGIEER will update plans to avoid conflicts where possible. · The ENGINEER will prepare a franchise utility coordination status report documenting contacts, schedule, and progress in xls format. · The ENGINEER will coordinate with franchise utility companies to obtain relocation schedule and work plan. · The ENGINEER will contact franchise utility companies on a monthly basis to obtain progress report. Update franchise utility status report each month. · The ENGINEER will upload a .KMZ and PDF file of the approved preliminary plan set to the designated project folder in BIM 360 for forwarding to all utility companies which have facilities within the limits of the project. The .KMZ and .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 will coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility’s location. The ENGINEER will coordinate the location of the new facilities, abandonment and removal of old facilities and schedule and workplan. · CITY will provide to ENGINEER private utility permit requests, that are applicable to the project, for review prior to CITY approval. ENGINEER will review private utility permit requests for conformance with the project scope · The ENGINEER will prepare franchise utility relocation plans based upon information obtained from as-built drawings, franchise utility plans, and/or Task 10.2 · The ENGINEER will host regular progress meetings with all affected utility companies throughout design. · The ENGINEER will host individual meetings with franchise utility companies as needed to coordinate the design. · The ENGINEER will coordinate with gas companies. Gas line coordination include meetings, communications and plan review with Gas Companies that have gas lines within the City right-of-way or in easements adjacent to the City right-of-way Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 31 of 39 Attachment A Release Date: 07.22.2021 11.2 Franchise Utility Coordination Survey and SUE Support (if required) · ENGINEER will survey overhead electric poles and guy wires upon relocation · ENGINEER will obtain LEVEL B SUE of relocated franchise utilities · ENGINEER will obtain up to 10 Level A SUE for relocated franchise utilities ASSUMPTIONS · One (1) kickoff meeting is assumed · Four (4) Conflict Analysis review meetings · Up to twelve (12) Progress Coordination Meetings are assumed · Up to twelve (12) individual meetings are assumed · 80 hours for coordination for schedule and status updates · 40 hours for review of franchise utility plans · 30 hours for gas line coordination · Up to 5 days of survey for franchise utility pole relocations is included. · Up to 30,000 linear feet of Level B SUE is included. DELIVERARBLES A. Meeting Agendas and Notes B. Schedule and Progress Reports C. Plan Review Comments D. Utility conflict matrix E. PDF of plans highlighting conflicts F. Franchise Utility Relocation plans TASK 12. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 12.1 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 will consist of topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, 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 will consist of the following: o A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: o The following information about each Control Point; Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 32 of 39 Attachment A Release Date: 07.22.2021 § 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 (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. 12.2 Temporary Right of Entry Preparation and Submittal · The documentation will be provided in conformance with the checklists and templates available on the CITY’s document management system resources folder. 12.3 Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level D, C, B, and A, as described below. The SUE will be performed in accordance with CI/ASCE 38-02. 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. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 33 of 39 Attachment A Release Date: 07.22.2021 · 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 will 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) · 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. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 34 of 39 Attachment A Release Date: 07.22.2021 · 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 · 30,000 LF Level B (Design SUE) · 50 Level A Test Holes 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. TASK 13. 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: 13.1 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. 13.2 BNSF Railroad Permit - Water Line · 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. 13.3 BNSF Railroad Permit - Roadway · Attend two (2) site meeting with BNSF and FRA to discuss crossing improvements. · Prepare Exhibit A in order to obtain the Railroad Approval for the at-grade crossings at the BNSF Railroad. The development of the Exhibit A must be developed in conjunction with the preliminary roadway layout and provides the Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 35 of 39 Attachment A Release Date: 07.22.2021 railroad with the final design concept in order to satisfy their criteria. The Exhibit A will have the following information: o Roadway improvements – proposed curb, medians, sidewalks o Storm drain improvements – parallel storm drain systems within the railroad right- of-way o Grading limits o Pavement Markings and Signage o Roadway Typical Section o Proposed Street Easement and Temporary Construction Easements o Railroad Improvements – concrete panels, signal mast flasher gates, signal house location · Submitting forms/applications for CITY review · Submitting revised forms for agency review · Responding to agency comments and requests 13.4 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 a RAS. o Completing all TDLR forms/applications necessary for Project Registration. o Obtain the Notice of Substantial Compliance from the TDLR. o Request an inspection from 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 registration, plan review, and inspection are to be paid by the ENGINEER during the course of the project. 13.5 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 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. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 36 of 39 Attachment A Release Date: 07.22.2021 13.6 USACE NWP 14 Pre-construction Notification (PCN) This task is for preparing and submitting, to the Corps, a permit application/request for authorization under Nationwide Permit 14 Linear Transportation Projects. Project impacts to waters of the U. S. must be the minimum necessary to construct and protect the project. The Corps may require that the applicant show avoidance and minimization of impacts to aquatic resources. It is also expected that any required compensatory mitigation for proposed unavoidable losses to waters of the U.S. can be accomplished with the purchase of mitigation bank credits. However the availability and pricing of credits is market based. CITY is responsible for fees associated with bank credit purchases. Additional mitigation strategies can be studied under a separate scope of work. (The authorization under this permit is out of the control of the ENGINEER): · ENGINEER will prepare a Corps Section 404 Permit Pre-construction Notification. The Consultant anticipates providing, at a minimum, the following information in the permit application: o Permit Application Contents o Proposed Preliminary Jurisdictional Delineation Report o Project Description o Purpose and Need o Plan, Profile and other CAD Drawings o Conditional Assessment (Texas Rapid Assessment Method) o Conceptual Mitigation Plan (Mitigation Bank Credits), if necessary o Threatened and Endangered species information from readily available databases o Cultural Resources information from readily available databases · Submit, to the CITY, the 404 Permit Pre-construction Notification for review and minor comments, one time. · Make minor revisions based upon the CITY’s review of the 404 Permit Pre- construction Notification. · This task is based on the assumption that ordinary and reasonable measures to meet the required compensatory mitigation requirements will be achievable with the purchase of mitigation bank credits, if necessary. ASSUMPTIONS · If the USACE does not accept the purchase of mitigation bank credits in lieu of on-site mitigation, additional services will be required to fulfill the mitigation requirements. · It will be the CITY’s responsibility to obtain (purchase) the required mitigation bank credits. 13.6. Floodplain Services – See Task 4. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 37 of 39 Attachment A Release Date: 07.22.2021 13.7 Tree Removal Permit · ENGINEER will coordinate with the CITY Forester in the Park and Recreation Department, submit and obtain approval of a Tree Removal Permit when required. DELIVERABLES · Copies of Permit Applications · Copies of Approved Permits TASK 14. 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 customary levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. ENGINEER is responsible for and will 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. 14.1. QC/QA of Survey and SUE Data · The ENGINEER’s Surveyor will 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 will 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 will certify in writing via a letter that the SUE information provided has undergone a Quality Control/ Quality Assurance process. 14.2. QC/QA of Design Documentation · ENGINEER will perform a QC/QA review of all documents being submitted for review at all stages of the design including the 30%, 60%, and 90% and Final Document 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 will use the Detailed Checklist provided by CITY. Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 38 of 39 Attachment A Release Date: 07.22.2021 · 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 will 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 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 will include, but is not limited to, the following items: o PDF of the completed Detailed Checklists o PDF of the QC/QA check print of the calculations, plans, specifications, and estimates demonstrating that a review has been undertaken; o 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 will reject the submittal. No additional time will be granted to the design schedule for a returned submittal. ENGINEER will plan to recover the lost time with future project milestones remaining unchanged. · If the ENGINEER has not adequately addressed the comments, the submittal will 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 TASK 15. PLAN SUBMITTAL CHECKLISTS ENGINEER will complete and submit Plan Submittal Checklists in accordance with the following table: Bonds Ranch-Wagley Robertson Project 103278 City of Fort Worth, Texas Page 39 of 39 Attachment A Release Date: 07.22.2021 PLAN SUBMITTAL CHECKLIST REQUIREMENTS Attachment “A” Type Traffic Signal (Submit All @ 30%) Storm Water 30% Storm Water 60% Street Lights (Submit All @ 30% Water /Sewer (Submit All @ 60%) Traffic Engineering (Submit All @ 60%) Traffic Control 30% Traffic Control 60% Traffic Control 90% Required for all work in City ROW Street X X X X*X X X X Storm Water X X X X X Water / Sewer X X X X *If included in street project ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES 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 will be agreed upon in writing by both parties before the services are performed. These additional services include the following: · 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. Bonds Ranch-Wagley Robertson Project 103278 ATTACHMENT B COMPENSATION City of Fort Worth, Texas Attachment B Bonds Ranch Road Task Order Contract PMO Official Release Date: 8.09.2012 from Wagley Robertson Road to US 81/287 Page 1 of 6 CPN 103278 Design Services for Bonds Ranch Road Task Order Contract from Wagley Robertson Road to US 81/287 City Project No. 103278 Time and Materials with Rate Schedule Project I. Compensation A.The ENGINEER shall be compensated in an hourly amount not-to-exceed $3,110,000.00 for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i.Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER’s team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Year 1 Rate ($/hour) Year 2 Rate ($/hour) Year 3 Rate ($/hour) Year 4 Rate ($/hour) Senior Project Manager $280 $292 $304 $316 Senior Professional $260 $272 $284 $296 Project Manager $220 $232 $244 $256 Professional $185 $197 $209 $221 Analyst III $165 $172 $179 $186 Analyst II $155 $162 $169 $176 Analyst I $150 $157 $164 $171 Administrative $105 $110 $115 $120 Intern $90 $90 $95 $100 ii.Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii.Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv.Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ATTACHMENT B COMPENSATION City of Fort Worth, Texas Attachment B Bonds Ranch Road Task Order Contract PMO Official Release Date: 8.09.2012 from Wagley Robertson Road to US 81/287 Page 2 of 6 CPN 103278 ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER’s excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. ATTACHMENT B COMPENSATION City of Fort Worth, Texas Attachment B Bonds Ranch Road Task Order Contract PMO Official Release Date: 8.09.2012 from Wagley Robertson Road to US 81/287 Page 3 of 6 CPN 103278 IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Kimley-Horn and Associates, Inc. Engineering Services $2,619,450 84.3% Proposed MBE/SBE Sub-Consultants GM Enterprises Geotechnical Drilling $9,100 0.3% Gorrondona and Associates, Inc. Topographic Survey, Right-of-Way Documentation $136,400 4.4% The Rios Group, Inc. Subsurface Utility Engineering (SUE) Franchise Utility Coordination $238,000 7.7% GRAM Traffic North Texas, Inc. Traffic Counts $6,100 0.2% Accessology, Too RAS Review $3,050 0% Array Technologies Real Estate Assistance $49,000 1.6% Non-MBE/SBE Consultants CMJ Engineering, Inc. Geotechnical Engineering $13,900 0.4% DKC Integrity, LLC Cathodic Protection Design $35,000 1.1% TOTAL $3,110,000 100.0% Project Number & Name Total Fee MBE/SBE Fee MBE/SBE % CPN 103278 – Bonds Ranch Road and Wagley Robertson Road $3,110,000 $441,650.00 14.2% City MBE/SBE Goal = 9 % Consultant Committed Goal = 14% $3,100,000.00 $3,100,000.001 1 EXHIBIT “B-1” ENGINEER INVOICE (Supplement to Attachment B) City of Fort Worth, Texas Attachment B Bonds Ranch Road Task Order Contract PMO Official Release Date: 8.09.2012 from Wagley Robertson Road to US 81/287 Page 4 of 6 CPN 103278 To be included with each task order. PROJECT SPONSOR: PROJECT NAME: CPN: AUG SEPT OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC 1 Contract Execution 2 Task Order 1 - Interim Improvements - Paving 3 Task Order 2 - Roadway and Drainage - Conceptual 4 Task Order 3 - Water Line Design - Bid Package 1 5 Task Order 4 - Roadway and Drainage Preliminary 6 Task Order 5 - Roadway and Drainage - Final 1 Survey 2 Interim Design Plans - 90% 3 Final Design Plans - 100% 4 Task Order Execution 3 Construction 1 Survey and SUE 2 Traffic Analysis 3 Stormwater Analysis 4 Conceptual Design 1 Survey and SUE 2 Conceptual Design 3 60% Design 4 Easement Acquisition 3 Final Design 17 Bidding 18 Contract Award 19 Construction 1 Preliminary Design 2 BNSF Permitting 1 Final Design 2 Utility Relocation Construction 3 Bidding 4 Contract Award 5 Construction 2026 Task Order #4 - Roadway and Drainage Preliminary Design 2025 Task Order #3 - Water Line Bid Package 1 2022 Bond - Bonds Ranch Road Tentative Schedule TASK 2023 City of Fort Worth Bonds Ranch Road and Wagley Robertson Road 103278 #20242022 Task Order #2 - Roadway and Drainage Conceptual OVERALL PROJECT SCHEDULE Task Order #1 Task Order #5 - Roadway and Drainage Final Design and Construction Construction Start Bid Package I (Water Line) November 2023 Construction Start Bid Package II (Roadway) April 2025 Senior Project ManagerSenior ProfessionalProject ManagerProfessional Analyst III Analyst II Analyst I AdminRate$300 $280 $240 $205 $175 $165 $160 $110 MWBE Non-MWBE1.0 Design Management 8 224 406 288 0 322 72 30 289,550.00$ -$ -$ 600.00$ 2,000.00$ 2,600.00$ 292,150.00$ 1.1Water Line - Bid Package 1 1.1.1 Managing the Team 30 12 2 11,190.00$ -$ 11,190.00$ 1.1.2 Communications and Reporting12 1,980.00$ -$ 1,980.00$ Pre-Design Kickoff Meeting 2 2 6 1,960.00$ -$ 1,960.00$ Monthly Design Coordination Meetings 6 12 12 12 9,600.00$ -$ 9,600.00$ Develop and Distribute Notes 6 6 2,220.00$ -$ 2,220.00$ 1.1.3 Monthly Progress Reports 6 1,230.00$ -$ 1,230.00$ 1.1.4 Baseline Schedule 2 2 970.00$ -$ 970.00$ 1.1.5 Monthly M/SBE Reporting12 1,920.00$ -$ 1,920.00$ 1.2Roadway Widening - Bid Package 2 1.2.1 Managing the TeamInternal Project Kick-Off 2 2 2 12 3,430.00$ -$ 3,430.00$ Internal Team Meetings (30 months) 30 60 60 60 45,000.00$ -$ 45,000.00$ 1.2.2 Communications and ReportingPre-Design Kick-off Meeting 2 2 2 2 1,780.00$ -$ 1,780.00$ Bi-weekly City Project Meetings (30 months) 30 60 60 60 45,000.00$ -$ 45,000.00$ Design Submittal Review Meetings (3) 12 12 12 12 10,680.00$ -$ 10,680.00$ Peer Review Meeting (2) 16 16 16 24 15,560.00$ -$ 15,560.00$ Drainage Coordination Meetings (3) 6 6 6 6 5,340.00$ -$ 5,340.00$ Transportation Management Coordination Meetings (6) 6 6 6 6 5,340.00$ -$ 5,340.00$ Stakeholder Meetings (4) 4 8 8 8 6,000.00$ -$ 6,000.00$ TxDOT Coord. Meetings (2) 6 6 6 6 5,340.00$ 100.00$ 100.00$ 5,440.00$ Meetings with Tarrant County (2) 4 4 4 4 3,560.00$ -$ 3,560.00$ Meeting Agendas and Summary (60) 30 30 30 30 26,700.00$ -$ 26,700.00$ 1.2.3 Prepare Baseline Schedule 2 82,480.00$ -$ 2,480.00$ 1.2.4 Schedule Markup Updates (30) 307,200.00$ -$ 7,200.00$ 1.2.5Prepare Monthly Progress Reports with Schedule (30) 307,200.00$ -$ 7,200.00$ 1.2.6 Prepare Monthly MBE/SBE Reports (30) 30 30 10,500.00$ -$ 10,500.00$ 1.2.7 Prepare Invoice Summary Reports (30) 307,200.00$ -$ 7,200.00$ 1.2.8 Invoicing (30) 30 2 30 12,560.00$ -$ 12,560.00$ 1.2.9 Project Communications Plan 2 4 2 1,930.00$ -$ 1,930.00$ 1.2.10 Project Stakeholder Register 2 4 2 1,930.00$ -$ 1,930.00$ 1.3 Public InvolvementDesign Public Meeting, Prep, and Meeting Notes (2) 12 16 20 24 15,260.00$ 500.00$ 2,000.00$ 2,500.00$ 17,760.00$ 3D Renderings 2 12 12 10 60 18,490.00$ -$ 18,490.00$ 2.0 Traffic Analysis 0 17 41 207 0 0 0 0 57,035.00$ 6,100.00$ -$ 200.00$ -$ 6,300.00$ 63,335.00$ Traffic Count Data Collection 2 4 14 4,390.00$ 6,100.00$ 200.00$ 6,300.00$ 10,690.00$ Volume Development 2 4 33 8,285.00$ -$ 8,285.00$ Corridor Operations Analysis (VISSIM) 9 24 120 32,880.00$ -$ 32,880.00$ Technical Memo 4 9 40 11,480.00$ -$ 11,480.00$ 3.0Conceptual Design (30%) - Roadway Widening - Bid Package 2 16 46 102 270 192 344 100 4 204,310.00$ -$ -$ 100.00$ 500.00$ 600.00$ 204,910.00$ Preliminary Design Report 4 8 20 30 12,090.00$ -$ 12,090.00$ Drawing Base File (survey, record drawings) 8 20 30 9,740.00$ 100.00$ 100.00$ 9,840.00$ Typical Section Development 2 4 10 10 4,550.00$ -$ 4,550.00$ Exhibit (Roadway Plan and Profile)Horizontal Plan Updates 4 10 40 40 80 40 38,320.00$ -$ 38,320.00$ Roadway Vertical Profile 2 8 12 20 60 20,320.00$ -$ 20,320.00$ Vertical Grading Updates Roundabout 2 4 12 20 40 15,700.00$ -$ 15,700.00$ Proposed Drainage Area 4 6 12 20 8,320.00$ -$ 8,320.00$ Drainage Area Calcs 4 4 16 24 9,560.00$ -$ 9,560.00$ Preliminary Calcs - Inlets, sizing 4 8 24 40 14,560.00$ -$ 14,560.00$ Preliminary Storm Drain Layout 4 10 20 20 40 17,720.00$ -$ 17,720.00$ Bridge Layout 10 20 20 10,400.00$ -$ 10,400.00$ Water Coordination 2 8 8 8 5,520.00$ -$ 5,520.00$ OPCC 1 2 8 20 40 20 16,680.00$ -$ 16,680.00$ Project Decision Log 1 2 4 10 3,870.00$ -$ 3,870.00$ Address (1) Round of Comments 4 8 24 40 14,560.00$ -$ 14,560.00$ Conceptual Design Package 2 4 4 4 2,400.00$ 500.00$ 500.00$ 2,900.00$ 4.0 Storm Water & Floodplain Assessment 0 60 58 202 180 80 0 10 117,930.00$ 6,000.00$ -$ -$ 10,000.00$ 16,000.00$ 133,930.00$ 4.1 Proposed Stormwater StudyProposed HEC-RAS Modeling - Wagley Robertson & BNSF RR Crossings Options 4 6 20 30 11,910.00$ -$ 11,910.00$ Stormwater Study Report 4 4 24 20 10,300.00$ -$ 10,300.00$ Address Comments (2 rounds) 4 4 20 20 9,480.00$ -$ 9,480.00$ 4.2 Proposed Flood StudyProposed HEC-RAS Modeling - Dorado Ranch & QT Crossings 4 20 30 10,470.00$ -$ 10,470.00$ Proposed HEC-RAS Modeling - Regional Detention 8 20 20 9,840.00$ -$ 9,840.00$ Level of Effort SpreadsheetDesign Services forWagley Robertson to US 81/287 Southbound Frontage RoadTask No.Task DescriptionCity Project No 103278TASK/HOUR BREAKDOWNBonds Ranch Road - Task Order ContractTotal Expense CostTask Sub TotalExpenseSubconsultantTravelTotal Labor CostReproductionCity of Fort Worth, TexasAttachment B - Level of Effort SupplementPMO Official Release Date: 8.09.20121 of 5 Senior Project ManagerSenior ProfessionalProject ManagerProfessional Analyst III Analyst II Analyst I AdminRate$300 $280 $240 $205 $175 $165 $160 $110 MWBE Non-MWBELevel of Effort SpreadsheetDesign Services forWagley Robertson to US 81/287 Southbound Frontage RoadTask No.Task DescriptionCity Project No 103278TASK/HOUR BREAKDOWNBonds Ranch Road - Task Order ContractTotal Expense CostTask Sub TotalExpenseSubconsultantTravelTotal Labor CostReproductionUpstream & Downstream Channel Analysis (3) 12 6 24 60 20,220.00$ -$ 20,220.00$ Flood Study Report 4 4 24 20 10,300.00$ -$ 10,300.00$ Address Comments (2 rounds) 4 4 20 20 9,480.00$ -$ 9,480.00$ FEMA LOMR (2 Crossings) 16 30 30 40 10 25,930.00$ 6,000.00$ 10,000.00$ 16,000.00$ 41,930.00$ 5.0Preliminary Design (60%) - Roadway Widening - Bid Package 2 56 213 220 734 691 1277 0 4 611,780.00$ 23,000.00$ -$ 500.00$ 1,400.00$ 24,900.00$ 636,680.00$ 5.1 Preliminary Design DrawingsCover Sheet1 1 370.00$ -$ 370.00$ Index4 660.00$ -$ 660.00$ General Notes3 495.00$ -$ 495.00$ Project Control Plan 1 2 24 4,650.00$ -$ 4,650.00$ ROW Strip Map 1 4 12 3,080.00$ -$ 3,080.00$ Existing and Proposed Typical Sections 4 18 3,790.00$ -$ 3,790.00$ SUE Plan Drawing 1 8 20 5,220.00$ -$ 5,220.00$ Traffic Control Plan: Narrative & Typical Sections 6 6 30 10 40 17,620.00$ -$ 17,620.00$ iSWM Construction Plan (Erosion Control) 3 4 15 4,015.00$ -$ 4,015.00$ Removal Plan Sheets (6 sheets) 10 40 8,650.00$ -$ 8,650.00$ Paving Plan and Profile for Corridor (16 sheets) 12 48 64 96 40,240.00$ -$ 40,240.00$ Roundabout Alignment Data 1 4 15 3,535.00$ -$ 3,535.00$ Paving Plan for Roundabout 4 10 20 6,310.00$ -$ 6,310.00$ Roundabout Profile Sheets 4 6 12 10 5,940.00$ -$ 5,940.00$ Roundabout Grading Plan 4 12 20 40 15,100.00$ -$ 15,100.00$ Driveway and Side Street Plan and Profile (16) 5 5 32 64 64 30,920.00$ -$ 30,920.00$ Paving Details 2 4 16 3,940.00$ -$ 3,940.00$ Roundabout Details 2 4 16 3,940.00$ -$ 3,940.00$ Corridor Grading and Cross-Sections (6,500 LF) 8 8 60 80 30,460.00$ -$ 30,460.00$ Retaining Wall (if necessary) 8 20 40 14,200.00$ -$ 14,200.00$ Pavement Marking Plan for Corridor (5 sheets) 2 2 18 36 10,670.00$ -$ 10,670.00$ Pavement Marking Plan for Roundabout 2 2 8 30 7,630.00$ -$ 7,630.00$ Signage Plan for Corridor 1 1 18 36 10,150.00$ -$ 10,150.00$ Signage Plan for Roundabout 1 6 8 30 8,310.00$ -$ 8,310.00$ Traffic Signal Plans (2 Signals) 4 30 20 50 80 35,650.00$ -$ 35,650.00$ Traffic Signal Details 2 4 4 2,220.00$ -$ 2,220.00$ Illumination Plan (Roundabout and Corridor) 4 8 45 90 27,115.00$ -$ 27,115.00$ Photometrics Analysis 2 20 60 14,600.00$ -$ 14,600.00$ Photometrics Exhibits 2 5 15 4,100.00$ -$ 4,100.00$ Overall Drainage Area Map 2 12 4 20 7,760.00$ -$ 7,760.00$ Proposed Drainage Area Map and Calcs 6 20 20 9,280.00$ -$ 9,280.00$ Stormwater Calcs 6 20 10 7,530.00$ -$ 7,530.00$ Culvert Plan and Profile Plan (2) 6 12 18 36 13,230.00$ -$ 13,230.00$ Storm Water P&P 12 20 32 48 20,980.00$ -$ 20,980.00$ Storm Details 1 4 4 1,760.00$ -$ 1,760.00$ Bridge Layouts 20 20 60 60 33,000.00$ -$ 33,000.00$ Bridge Details and Calcs 20 20 50 60 30,950.00$ -$ 30,950.00$ Update Plans to include Water Line as-builts10 40 8,650.00$ -$ 8,650.00$ Water Design Coord 4 8 8 8 6,080.00$ -$ 6,080.00$ Sanitary Sewer MH Adjustments 4 10 2,870.00$ -$ 2,870.00$ Sanitary Sewer Relo (if necessary) 40 50 19,950.00$ -$ 19,950.00$ Sewer Details 2 6 1,610.00$ -$ 1,610.00$ 60% Project Submittal 2 2 6 15 4 5,185.00$ 1,000.00$ 1,000.00$ 6,185.00$ Construction Item Listing and Quantities 4 4 20 40 40 19,780.00$ -$ 19,780.00$ Address Internal QC 10 20 20 30 15,350.00$ -$ 15,350.00$ Project Site Visits (3) 5 5 15 15 15 10,775.00$ 300.00$ 300.00$ 11,075.00$ Project Decision Log 2 4 10 10 5,320.00$ -$ 5,320.00$ Constructability Review 5 5 5 3,625.00$ 200.00$ 400.00$ 600.00$ 4,225.00$ Geotechnical Analysis (Pvmt Recommendation, Retaining Wall, Bridge) 4 5 4 2,845.00$ 23,000.00$ 23,000.00$ 25,845.00$ Preliminary Design (60%) - Interim Roadway and Drainage - Bid Package 1-$ -$ -$ 5.2 Wagley Robertson Roadway Connection -$ -$ -$ Paving Sheets 4 10 20 24 11,580.00$ -$ 11,580.00$ Drainage Sheets 2 8 20 50 14,830.00$ -$ 14,830.00$ Coord with Water 4 4 4 2,900.00$ -$ 2,900.00$ Traffic Signal Mod 10 20 5,900.00$ -$ 5,900.00$ Traffic Control (includes Bonds Ranch water line) 6 16 20 40 15,620.00$ -$ 15,620.00$ Quantities 2 2 8 8 3,760.00$ -$ 3,760.00$ Address Internal QC 8 16 16 7,080.00$ -$ 7,080.00$ City of Fort Worth, TexasAttachment B - Level of Effort SupplementPMO Official Release Date: 8.09.20122 of 5 Senior Project ManagerSenior ProfessionalProject ManagerProfessional Analyst III Analyst II Analyst I AdminRate$300 $280 $240 $205 $175 $165 $160 $110 MWBE Non-MWBELevel of Effort SpreadsheetDesign Services forWagley Robertson to US 81/287 Southbound Frontage RoadTask No.Task DescriptionCity Project No 103278TASK/HOUR BREAKDOWNBonds Ranch Road - Task Order ContractTotal Expense CostTask Sub TotalExpenseSubconsultantTravelTotal Labor CostReproduction6.0Final Design (90% and 100%) - Roadway Widening Bid Package 2 20 116 205 547 907 821 0 10 495,105.00$ 6,500.00$ -$ 400.00$ 2,000.00$ 8,900.00$ 504,005.00$ 6.1 90% Design DrawingsAddress City Comments 10 10 50 45 60 33,225.00$ -$ 33,225.00$ Finalize Paving/Roundabout 12 60 80 80 42,860.00$ -$ 42,860.00$ Final Plan Details 2 4 10 15 5,605.00$ -$ 5,605.00$ Jointing Plan 4 5 30 20 20 15,270.00$ -$ 15,270.00$ Traffic Control Plan: Narrative, Typical Sections, & Detailed Phasing Layout 2 8 10 50 100 40 39,590.00$ -$ 39,590.00$ Corridor Grading and Cross-Sections 8 30 68 20,290.00$ -$ 20,290.00$ Final Signs and Pavement Markings 2 12 14 5,250.00$ -$ 5,250.00$ Final Illumination (Includes Tables and Final Notes) 2 8 40 9,200.00$ -$ 9,200.00$ Final Signal Plans 4 12 20 28 12,120.00$ -$ 12,120.00$ Final Bridge and Wall 12 40 80 27,200.00$ -$ 27,200.00$ Final Drainage 4 12 40 40 17,180.00$ -$ 17,180.00$ Roundabout Harscape and Details 20 30 40 16,650.00$ -$ 16,650.00$ 90% Project Submittal 4 6 12 20 7,750.00$ -$ 7,750.00$ 90% Construction Item Listing and Quantities 2 2 4 10 28 9,070.00$ -$ 9,070.00$ Project Manual 2 4 6 20 20 10 11,860.00$ -$ 11,860.00$ Design Coordination Adjacent Development 10 40 40 17,200.00$ -$ 17,200.00$ Upate plans to reflect relocated franchise utilities 2 20 50 12,910.00$ -$ 12,910.00$ Final Design DrawingsAddress Internal and City Comments 4 45 60 40 27,445.00$ -$ 27,445.00$ Final Plans and Project Manual 1 4 40 80 80 36,820.00$ 2,000.00$ 2,000.00$ 38,820.00$ Final Construction Item Listing and Quantities 1 2 2 8 10 20 8,030.00$ -$ 8,030.00$ 6.2Final Design (90% and 100%) - Interim Roadway - Bid Package 1 -$ -$ -$ Finalize Paving 4 8 12 30 10,450.00$ -$ 10,450.00$ Finalize Drainage 4 4 8 20 7,020.00$ -$ 7,020.00$ Finalize Traffic Control 6 10 40 20 14,380.00$ -$ 14,380.00$ Finalize Signal 2 8 12 4,460.00$ -$ 4,460.00$ 6.3Final Design (90% and 100%) - Interim Improvements 2022-$ -$ -$ Survey 4 12 2,800.00$ 6,500.00$ 6,500.00$ 9,300.00$ Roundabout Improvements 8 10 20 40 40 22,340.00$ -$ 22,340.00$ Fossil Springs Improvements 8 10 20 40 40 22,340.00$ -$ 22,340.00$ Traffic Control 2 4 4 16 4,860.00$ -$ 4,860.00$ One (1) Round of comments 2 4 10 16 24 10,330.00$ -$ 10,330.00$ Constructabilty Review 4 4 4 2,320.00$ 200.00$ 200.00$ 2,520.00$ Quantities4 16 3,600.00$ -$ 3,600.00$ Task Order 2 4 1,300.00$ -$ 1,300.00$ Construction Phase Assistance 4 16 24 20 13,380.00$ 200.00$ 200.00$ 13,580.00$ 7.0 Water Line Relocations - Bid Package 1 35 119 0 236 0 277 5 0 138,705.00$ -$ 35,000.00$ -$ 300.00$ 35,300.00$ 174,005.00$ 7.1 Conceptual Design PackageData Collection 2 2 970.00$ -$ 970.00$ City Record Drawings1 4 865.00$ -$ 865.00$ Franchise Record Drawings1 2 535.00$ -$ 535.00$ City GIS/Aerial/Water Model1 2 535.00$ -$ 535.00$ Geotech Sub Coordination 2 2 970.00$ -$ 970.00$ Conceptual Design Package-$ -$ -$ Exhibits-$ -$ -$ Alignment Exhibits (8 P&P Sheets) 10 20 30 11,850.00$ -$ 11,850.00$ Water Line Alignment Variations 4 8 16 5,400.00$ -$ 5,400.00$ Roadway/Drainage Coordination 4 2 1,530.00$ -$ 1,530.00$ Site Visit 2 2 2 1,300.00$ -$ 1,300.00$ Document Key Design Decisions 2 4 2 1,710.00$ -$ 1,710.00$ OPCC/Quantities 1 1 2 815.00$ -$ 815.00$ QA/QC 3900.00$ -$ 900.00$ Deliverables1 2 535.00$ $300.00 300.00$ 835.00$ Review Meeting w/ City 2 2 2 1,300.00$ -$ 1,300.00$ Notes 1 2 4 1,350.00$ -$ 1,350.00$ 7.2 Prelminary Design Preliminary Design Package-$ -$ -$ Cover1 2 535.00$ -$ 535.00$ Sheet Index/Legend/Gen Notes 1 1 370.00$ -$ 370.00$ Project Specific Notes 2 4 1,380.00$ -$ 1,380.00$ Shutdown and Sequencing 4 1 1,285.00$ -$ 1,285.00$ Overall Layout Sheets6 12 3,210.00$ -$ 3,210.00$ Project Control1 2 535.00$ -$ 535.00$ Water Plan/Profile Sheets 16 32 64 21,600.00$ -$ 21,600.00$ Structural Design Detail 2 4 12 3,360.00$ -$ 3,360.00$ Perliminary Design Comments 2 4 4 2,040.00$ -$ 2,040.00$ City of Fort Worth, TexasAttachment B - Level of Effort SupplementPMO Official Release Date: 8.09.20123 of 5 Senior Project ManagerSenior ProfessionalProject ManagerProfessional Analyst III Analyst II Analyst I AdminRate$300 $280 $240 $205 $175 $165 $160 $110 MWBE Non-MWBELevel of Effort SpreadsheetDesign Services forWagley Robertson to US 81/287 Southbound Frontage RoadTask No.Task DescriptionCity Project No 103278TASK/HOUR BREAKDOWNBonds Ranch Road - Task Order ContractTotal Expense CostTask Sub TotalExpenseSubconsultantTravelTotal Labor CostReproductionQuantity/OPCC 1 4 6 2,090.00$ -$ 2,090.00$ Bid Form/Proposal Form 2 2 970.00$ -$ 970.00$ Tech Specs TOC 2 2 970.00$ -$ 970.00$ QA/QC 164,800.00$ -$ 4,800.00$ Constructability Review 3 3 3 1,950.00$ -$ 1,950.00$ Utility Clearance 6 12 4 4,800.00$ -$ 4,800.00$ Deliverables2 1 490.00$ -$ 490.00$ Review Meeting w/ City 4 4 4 2,600.00$ -$ 2,600.00$ Notes 2 4 8 2,700.00$ -$ 2,700.00$ Cathodic Protection Coordination 2 4 1,380.00$ $35,000.00 35,000.00$ 36,380.00$ 7.3 Final Design Final Draft (90%) Construction Plans-$ -$ -$ Preliminary Design Comments 2 4 4 2,040.00$ -$ 2,040.00$ Water Plan/Profile Sheets 4 8 12 4,740.00$ -$ 4,740.00$ Restraint Length (DI/Conc/Steel) 12 24 8,280.00$ -$ 8,280.00$ City Standard Details2 330.00$ -$ 330.00$ Water Connection Details 4 20 20 8,520.00$ -$ 8,520.00$ SUE Coord/Incorporation 1 2 4 1,350.00$ -$ 1,350.00$ Cathodic Protection Coord 2 4 1,380.00$ -$ 1,380.00$ Final Draft (90%) Project Manual-$ -$ -$ Review Standard Specs 1 2 690.00$ -$ 690.00$ Modify Div 33 Specs 3 3 1,455.00$ -$ 1,455.00$ Quantity/OPCC3 3 1,110.00$ -$ 1,110.00$ Bid Form/Proposal Form 1 1 1 650.00$ -$ 650.00$ QA/QC 164,800.00$ -$ 4,800.00$ Deliverables2 2 650.00$ -$ 650.00$ Review Meeting w/ City 2 2 2 1,300.00$ -$ 1,300.00$ Notes 1 2 4 1,350.00$ -$ 1,350.00$ 7.4 Construction Drawings & Project ManualReview City Comments 2 8 8 3,520.00$ -$ 3,520.00$ Plan Revisions 4 8 16 5,400.00$ -$ 5,400.00$ Project Manual Revisions 2 8 4 2,860.00$ -$ 2,860.00$ Deliverables2 2 650.00$ -$ 650.00$ 8.0 Bid Phase Services 0 29 41 70 44 30 0 24 47,600.00$ -$ -$ -$ 2,500.00$ 2,500.00$ 50,100.00$ 8.1Water Line Relocation - Bid Package 1Bid Support 4 9 9 9 6,700.00$ -$ 6,700.00$ Upload to BIM 360 and bidders list 2 4 4 1,820.00$ -$ 1,820.00$ Issue Addenda 3 6 12 4,170.00$ -$ 4,170.00$ Attend Pre-bid Conference 1 2 2 1,040.00$ -$ 1,040.00$ Tabulate Bids and Recommend Award 1 1 2 4 1,275.00$ -$ 1,275.00$ Issue Conformed Contract Documents 2 4 4 4 2,520.00$ 1,000.00$ 1,000.00$ 3,520.00$ 8.2Roadway Widening - Bid Package 2 Bid Support 4 9 9 9 6,700.00$ -$ 6,700.00$ Upload to BIM 360 and bidders list 2 4 4 1,820.00$ -$ 1,820.00$ Issue Addenda 2 8 16 5,760.00$ -$ 5,760.00$ Attend Pre-bid Conference 3 3 4 2,035.00$ -$ 2,035.00$ Attend Bid Opening 1 1 485.00$ -$ 485.00$ Tabulate Bids and Recommend Award 1 1 2 4 1,275.00$ -$ 1,275.00$ Issue Conformed Contract Documents 6 12 10 30 4 12,000.00$ 1,500.00$ 1,500.00$ 13,500.00$ 9.0 Construction Phase Services 36 196 91 481 433 104 0 24 281,700.00$ -$ -$ 4,120.00$ 5,500.00$ 9,620.00$ 291,320.00$ 9.1Construction Support Water - Bid Package 1Attend Preconstruction Conference 4 4 1,940.00$ -$ 1,940.00$ Attend Public Meeting 4 4 10 3,690.00$ -$ 3,690.00$ Site Visits 24 24 24 15,840.00$ 1,200.00$ 1,200.00$ 17,040.00$ Shop Drawing ReviewPipe 16 20 8,580.00$ -$ 8,580.00$ BFV/Vaults 3 6 12 4,170.00$ -$ 4,170.00$ ARV/BOV 1 3 6 1,945.00$ -$ 1,945.00$ Fittings & Misc 3 6 12 4,170.00$ -$ 4,170.00$ RFIs 6 12 12 6,240.00$ -$ 6,240.00$ Final Walkthrough 2 2 2 1,320.00$ 120.00$ 120.00$ 1,440.00$ Punch List 1 4 2 1,450.00$ -$ 1,450.00$ Follow-Up Walkthrough 2 2 2 1,320.00$ -$ 1,320.00$ Record Drawings 2 8 15 32 13,000.00$ $1,000.00 1,000.00$ 14,000.00$ 9.2Construction Support Roadway Widening -Bid Package 2Attend Pre-Construction Conference 2 2 4 3 2,385.00$ -$ 2,385.00$ Attend Pre-Construction Public Meeting 2 6 8 8 5,040.00$ 200.00$ 1,000.00$ 1,200.00$ 6,240.00$ Project Site Visits (24) 8 24 24 48 48 33,120.00$ 2,400.00$ 2,400.00$ 35,520.00$ Bi Weekly Coord Meetings (48) 16 48 48 48 36,480.00$ -$ 36,480.00$ Submittal Review 8 12 40 40 20,320.00$ -$ 20,320.00$ Prepare Monthly MBE/SBE Reports (24) 24 24 7,560.00$ -$ 7,560.00$ Prepare Invoice Summary Reports (24) 6 24 6,600.00$ -$ 6,600.00$ Invoicing (24)24 24 8,880.00$ -$ 8,880.00$ Request for Information (40) 2 12 10 80 120 43,760.00$ -$ 43,760.00$ Field Changes (4) 4 8 16 60 16,900.00$ -$ 16,900.00$ City of Fort Worth, TexasAttachment B - Level of Effort SupplementPMO Official Release Date: 8.09.20124 of 5 Senior Project ManagerSenior ProfessionalProject ManagerProfessional Analyst III Analyst II Analyst I AdminRate$300 $280 $240 $205 $175 $165 $160 $110 MWBE Non-MWBELevel of Effort SpreadsheetDesign Services forWagley Robertson to US 81/287 Southbound Frontage RoadTask No.Task DescriptionCity Project No 103278TASK/HOUR BREAKDOWNBonds Ranch Road - Task Order ContractTotal Expense CostTask Sub TotalExpenseSubconsultantTravelTotal Labor CostReproductionChange Order Review (3) 2 12 4 12 20 10,880.00$ -$ 10,880.00$ Final Walk Through and Punch List 4 4 4 4 3,600.00$ 200.00$ 200.00$ 3,800.00$ Record Drawings 2 4 6 30 80 22,510.00$ 3,500.00$ 3,500.00$ 26,010.00$ 10.0 ROW/Easement Services 0 14 0 16 24 0 0 0 11,400.00$ 24,350.00$ 49,000.00$ -$ -$ 73,350.00$ 84,750.00$ Right-of-Way and Easemeent Research and Documentation 4 4 4 2,640.00$ 24,350.00$ 24,350.00$ 26,990.00$ Aerial Exhibits for Right-of-Way Acquisition 2 4 20 4,880.00$ -$ 4,880.00$ ROW and Easement Appraisals 4 4 1,940.00$ 16,500.00$ 16,500.00$ 18,440.00$ ROW Acquisition Assistance 4 4 1,940.00$ 32,500.00$ 32,500.00$ 34,440.00$ 11.0 Franchise Utility Coordination 0 36 66 96 0 80 0 0 58,800.00$ 108,000.00$ 50,000.00$ 1,500.00$ -$ 159,500.00$ 218,300.00$ Franchise Utility Coordination 20 2010,400.00$ 108,000.00$ 1,500.00$ 109,500.00$ 119,900.00$ Franchise Utility Plan Review/Design Check and Coordination 20 20 8,900.00$ -$ 8,900.00$ Utility Conflict Matrix and Exhibits 2 10 10 5,010.00$ -$ 5,010.00$ Obtain and review as-builts 2 12 40 11,640.00$ -$ 11,640.00$ Franchise Utility Relocation Exhibits and/or Franchise Util Sheets 10 4 20 80 21,060.00$ -$ 21,060.00$ Staking and Survey for Franchise Utilities 2410.00$ 20,000.00$ 20,000.00$ 20,410.00$ Level B and Level A SUE to verify franchise relo 2 4 1,380.00$ 30,000.00$ 30,000.00$ 31,380.00$ 12.0Survey and Subsurface Utility Engineering Services 0 0 0 16 0 39 0 0 9,715.00$ 230,000.00$ -$ -$ -$ 230,000.00$ 239,715.00$ Design Survey (Wagley Robertson to SB 287, 800' W, 300' N. at Wagley Robertson) 4 10 2,470.00$ 70,000.00$ 70,000.00$ 72,470.00$ 2022 Interim Improvements Topo Survey 2 5 1,235.00$ 10,000.00$ 10,000.00$ 11,235.00$ 2023 Water and Wagley Interim topo survey 2 4 1,070.00$ 20,000.00$ 20,000.00$ 21,070.00$ Subsurface Utility Engineering (Level D-B) 4 10 2,470.00$ 50,000.00$ 50,000.00$ 52,470.00$ Subsurface Utility Engineering (Level A) (50 Testholes) 4 10 2,470.00$ 80,000.00$ 80,000.00$ 82,470.00$ 13.0 Permitting 0 51 71 118 150 20 0 0 85,060.00$ -$ 3,050.00$ 700.00$ -$ 3,750.00$ 88,810.00$ TxDOT Coordination 12 16 16 10,480.00$ -$ 10,480.00$ ISWM/Grading/Flood Study - See Task 4-$ -$ -$ Nationwide Environmental Permitting 8 24 30 60 24,650.00$ 100.00$ 100.00$ 24,750.00$ TDLR1 6 6 2,520.00$ 3,050.00$ 200.00$ 3,250.00$ 5,770.00$ Tree Permit 4 6 10 20 7,240.00$ 100.00$ 100.00$ 7,340.00$ RR Permit - Water Line 8 8 16 6,680.00$ -$ 6,680.00$ Railroad Crossing - Roadway -$ -$ -$ Exhibit A Project Layout Sheets 4 10 20 50 16,370.00$ -$ 16,370.00$ Diagnostic Meeting 4 4 4 2,900.00$ 100.00$ 100.00$ 3,000.00$ Coordination with Railroad 4 10 10 5,570.00$ -$ 5,570.00$ Design Review Meeting with Railroad 2 2 2 1,450.00$ 200.00$ 200.00$ 1,650.00$ Quiet Zone Calculations 1 4 8 2,500.00$ -$ 2,500.00$ RR Permit - Drainage (if needed) 8 12 4,700.00$ -$ 4,700.00$ 14.0 QC/QA80 128 50 10 0 0 0 0 73,890.00$ -$ -$ -$ -$ -$ 73,890.00$ QC/QA of Survey and SUE Data 8 10 10 6,690.00$ -$ 6,690.00$ QC/QA of Design Documentation 80 120 4067,200.00$ -$ 67,200.00$ 251 1249 1351 3291 2621 3394 177 106 2,482,580.00$ 403,950.00$ 137,050.00$ 8,120.00$ 24,200.00$ 573,320.00$ 3,055,900.00$ 12,440$2,482,580$573,320MBE/SBE Subconsultant $403,950Non-MBE/SBE Subconsultant $137,05010% Sub Markup $54,100MBE/SBE Participation 13.0%Total Project Cost $3,110,000Total ExpenseProject SummaryTotal HoursTotal LaborTotalsCity of Fort Worth, TexasAttachment B - Level of Effort SupplementPMO Official Release Date: 8.09.20125 of 5 6/30/22, 10:16 AM CITY COUNCIL AGENDA Create New From This M&C DATE: 6/28/2022 REFERENCE **M&C 22- LOG NO.: 0538 NAME: CODE: C TYPE: CONSENT PUBLIC HEARING: M&C Review FO R7 �'�'� R� I � _��- 20BONDS RANCH RD ENGINEERING SERVICES AMENDMENT 1 NO SUBJECT: (CD 7) Authorize Execution of Amendment No. 1 to an Engineering Services Agreement with Kimley-Horn and Associates, Inc., to Increase the Contract Amount by $3,110,000.00 for a Revised Contract Amount of $3,203,765.00 for the Bonds Ranch-Wagley Robertson Project; Adopt Appropriation Ordinance and Amend the Fiscal Years 2022-2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 2 3 Authorize execution of Amendment No. 1 to City Secretary Number 56476, an Engineering Services Agreement with Kimley-Horn and Associates, Inc., to increase the contract amount by $3,110,000.00 for a revised contract amount of $3,203,765.00 for the Bonds Ranch -Wagley Robertson project (City Project No. 103278); Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Street Rehabilitation Fund, in the amount of $357,000.00, from available funds, for the purpose of funding interim improvements for the Bonds Ranch - Wagley Robertson project (City Project No. 103278); and Amend the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: In the fall of 2021, in anticipation of the 2022 Bond Program being successful, contracts for preliminary design were awarded to advance delivery of the proposed projects. This Mayor and Council Communication (M&C) authorizes Amendment No. 1 to City Secretary Number 56476, an Engineering Services Agreement with Kimley-Horn and Associates, Inc., to increase the contract amount by $3,110,000.00 for a revised contract amount of $3,203,765.00 for the Bonds Ranch - Wagley Robertson project. This Amendment No. 1 includes costs associated with the design and construction plans to widen Bonds Ranch Road (City Project No. 103278) between Wagley Robertson Road and SH 287. 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 two low water crossings, pedestrian facilities, street lights and coordination with the BNSF Railroad, Tarrant County and the Texas Department of Transportation. On November 30, 2021 (M&C 21-0898) was approved to begin exploring options to help alleviate traffic congestion as soon as possible. The approval of this appropriation ordinance will provide additional funding for staff Inspections, construction materials, fiscal and project management costs for the Bonds Ranch Road Interim Improvements Project (City Project No. 103278). The following table summarizes previous contract action and amendments: Bonds Ranch Road Amount Justification Number Date City Secretary $93,765.00 Advance delivery of 2022 Bond Administratively 10/15/2021 Number 56476 Program Projects Approved Amendment No. 1 $3,110,000.00 Above Pending Contract Total $3,203,765.00 apps.cfwnet.org/council_packet/mc_review.asp? I D=30090&cou ncildate=6/28/2022 1/3 6/30/22, 10:16 AM M&C Review Funding for the Bonds Ranch - Wagley Robertson project is summarized in the table below: Fund Existing Funding Additional Project Total Funding 30108-Transportation Impact Fee $2,368,281.08 $2,368,281.08 Capital Fund 30104-Developer Contribution $250,000.00 $250,000.00 Fund 39008-Transportation Impact Fee $131,718.92 $131,718.92 Capital Legacy Fund 39408-Street Rehabilitation Fund $500,000.00 $357,000.00 $857,000.00 TBD-2022 Bond Program $16,400,000.00 $16,400,000.00 Project Total $3,250,000.00 $16,757,000.00 $20,007,000.00 Fundfng is available tor approprfation in the Unspecified-All Funds ot the Street Rehabflftatfon Fund. Additional funding for this project will be from the 2022 Bond Program Fund and will be appropriated in a separate M&C in the future. M/WBE Compliance with the City's Business Equity Ordinance has been achieved by the following method: Kimley-Horn and Associates, Inc. is in compliance with the City's Business Equity Ordinance by committing to 14\% Business Equity participation on this project. The City's Business Equity Goal on this project is 9\%. This project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified-All Funds within the Street Rehabilitation Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Street Rehabilitation Fund for the Bonds Ranch-Wagley Robertson project to support the approval of the above recommendations and execution of the amendment. Prior to an expenditure being incurred, the Transportation & Public Works Department has the responsibility of verifying the availability of funds. Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 21 FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID � � Year �(Chartfield 2) Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Dana Burghdoff (8018) William Johnson (7801) Monty Hall (8662) 103278 Bonds Ranch Road Widening Imp (Wagley Robertson Rd and Hwy_ apps.cfwnet.org/council_packet/mc_review.asp? I D=30090&cou ncildate=6/28/2022 2/3 6/30/22, 10:16 AM 287)_C....pdf (CFW Internal) M&C Review 103278_20BONDS_RANCH_INTERIM_IMPROV 39408_A022 R1.docx (Public) 20BONDS RANCH RD ENGINEERING SERVICES AMENDMENT 1 funds availability_pdf (Public) 20BONDS RANCH RD ENGINEERING SERVICES AMENDMENT 1 Updated FID.XLSX (CFW Internal) Form 1295 103278_Bonds Ranch Road Task from Wagley Robertson Road to US ._pdf (CFW Internal) M&C MAP CPN103278 BONDS RANCH.PDF (Public) SAM..pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp? I D=30090&cou ncildate=6/28/2022 3/3