HomeMy WebLinkAboutContract 59596CSC No. 59596
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL
SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality
("CITY"), and MAS Consultants, LLC. authorized to do business in Texas, ("ENGINEER"),
for a PROJECT generally described as: Water and Sanitary Sewer Replacement Contract
2022 WSM-M — Project No. 104609.
Article I
Scope of Services
The Scope of Services is set forth in Attachment A. Negotiated changes to this
Agreement, if any, are included in Attachment C.
Article II
Compensation
The ENGINEER's compensation shall be in the amount up to. $508,376.00 as set
forth in Attachment B. Payment shall be considered full compensation for all labor
(including all benefits, overhead and markups), materials, supplies, and equipment
necessary to complete the Services.
Engineer shall provide monthly invoices to City. The Engineer shall provide the City
sufficient documentation, including but not limited to meeting the requirements set forth in
Attachment D to this AGREEMENT, to reasonably substantiate the invoices.
Payments for services rendered shall be made in accordance with the Texas
Prompt Payment Act (Texas Government Code Ch. 2251).
Acceptance by Engineer of said payment shall release City from all claims or
liabilities under this Agreement for anything related to, performed, or furnished in
connection with the Services for which payment is made, including any act or omission of
City in connection with such Services.
Article III
Term
Time is of the essence. Unless otherwise terminated pursuant to Article VI. D.
herein, this Agreement shall be for a term beginning upon the effective date, as described
below, and shall continue until the expiration of the funds or completion of the subject
matter contemplated herein pursuant to the schedule, whichever occurs first. Unless
specifically otherwise amended, the original term shall not exceed five years from the
original effective date.
City of Fort Worth, Texas W&SS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23, 2021
Page 1 of 15 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Article IV
Obligations of the Engineer
A. General
The ENGINEER will serve as the CITY's professional engineering
representative under this Agreement, providing professional engineering
consultation and advice and furnishing customary services incidental thereto.
B. Standard of Care
The ENGINEER shall perform its services:
(1) with the professional skill and care ordinarily provided by competent
engineers practicing under the same or similar circumstances and
professional license; and
(2) as expeditiously as is prudent considering the ordinary professional
skill and care of a competent engineer.
C. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise the
CITY concerning the results of same. Such surveys, tests, and
investigations shall be furnished by the CITY, unless otherwise
specified in Attachment A.
(2) In soils, foundation, groundwater, and other subsurface investigations,
the actual characteristics may vary significantly between successive
test points and sample intervals and at locations other than where
observations, exploration, and investigations have been made.
Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that could
affect the total PROJECT cost and/or execution. These conditions and
cost/execution effects are not the responsibility of the ENGINEER.
City of Fort Worth, Texas W&SS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23, 2021
Page 2 of 15
D. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in
ink on reproducible mylar sheets and electronic files in .pdf format, or as
otherwise approved by CITY, which shall become the property of the CITY.
CITY may use such drawings in any manner it desires; provided, however,
that the ENGINEER shall not be liable for the use of such drawings for any
project other than the PROJECT described herein.
E. Engineer's Personnel at Construction Site
(1) The presence or duties of the ENGINEER's personnel at a construction site,
whether as on -site representatives or otherwise, do not make the ENGINEER
or its personnel in any way responsible for those duties that belong to the
CITY and/or the CITY's construction contractors or other entities, and do not
relieve the construction contractors or any other entity of their obligations,
duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in
accordance with the contract documents and any health or safety precautions
required by such construction work. The ENGINEER and its personnel have
no authority to exercise any control over any construction contractor or other
entity or their employees in connection with their work or any health or safety
precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the progress
or quality of the completed work on the PROJECT or to determine, in general,
if the work on the PROJECT is being performed in a manner indicating that
the PROJECT, when completed, will be in accordance with the contract
documents, nor shall anything in the contract documents or this
AGREEMENT between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on -site inspections to discover
latent defects in the work or otherwise check the quality or quantity of the work
on the PROJECT. If the ENGINEER makes on -site observation(s) of a
deviation from the contract documents, the ENGINEER shall inform the CITY.
(3) When professional certification of performance or characteristics of materials,
systems or equipment is reasonably required to perform the services set forth
in the Scope of Services, the ENGINEER shall be entitled to rely upon such
certification to establish materials, systems or equipment and performance
criteria to be required in the contract documents.
City of Fort Worth, Texas W&SS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23, 2021
Page 3 of 15
F. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance
with Attachment A.
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation
or maintenance costs; competitive bidding procedures and market
conditions; time or quality of performance by third parties; quality, type,
management, or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore, the ENGINEER makes no warranty that
the CITY's actual PROJECT costs, financial aspects, economic
feasibility, or schedules will not vary from the ENGINEER's opinions,
analyses, projections, or estimates.
G. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the contract
documents; that the final work will be acceptable in all respects; that the
ENGINEER has made an examination to ascertain how or for what purpose
the construction contractor has used the moneys paid; that title to any of the
work, materials, or equipment has passed to the CITY free and clear of liens,
claims, security interests, or encumbrances; or that there are no other matters
at issue between the CITY and the construction contractor that affect the
amount that should be paid.
H. Record Drawings
Record drawings, if required, will be prepared, in part, on the basis of
information compiled and furnished by others, and may not always represent
the exact location, type of various components, or exact manner in which the
PROJECT was finally constructed. The ENGINEER is not responsible for any
errors or omissions in the information from others that is incorporated into the
record drawings.
Clty of Fort Worth, Texas W&SS Rapt. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23, 2021
Page 4 of 15
I. Business Equity Participation
City has goals for the full and equitable participation of minority business
and/or women business enterprises in City contracts greater than
$100,000. In accordance with the City's Business Equity Ordinance No.
25165-10-2021 (replacing Ordinance No. 24534-11-2020, as codified in
Chapter 20, Article X of the City's Code of Ordinances, as amended, and any
relevant policy or guidance documents), the City has goals for the full and
equitable participation of minority business and/or women business
enterprises in City contracts greater than $100,000. Engineer acknowledges
the MBE and WBE goals established for this contract and its execution of this
Agreement is Engineer's written commitment to meet the prescribed MBE and
WBE participation goals. Any misrepresentation of facts (other than a
negligent misrepresentation) and/or the commission of fraud by the Engineer
may result in the termination of this Agreement and debarment from
participating in City contracts for a period of time of not less than three (3)
years.
J. Right to Audit
(1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years
after final payment under this contract, have access to and the right to
examine and photocopy any directly pertinent books, documents, papers and
records of the ENGINEER involving transactions relating to this contract.
ENGINEER agrees that the CITY shall have access during normal working
hours to all necessary ENGINEER facilities and shall be provided adequate
and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The CITY shall give ENGINEER reasonable
advance notice of intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the CITY
shall, until the expiration of five (5) years after final payment under the
subcontract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of such
subconsultant, involving transactions to the subcontract, and further, that the
CITY shall have access during normal working hours to all subconsultant
facilities, and shall be provided adequate and appropriate work space, in order
to conduct audits in compliance with the provisions of this article together with
subsection (3) hereof. CITY shall give subconsultant reasonable advance
notice of intended audits.
(3) ENGINEER and subconsultant agree to reproduce such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for the
cost of hard copies at the rate published in the Texas Administrative Code in
City of Fort Worth, Texas W8SS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23, 2021
Page 5 of 15
effect as of the time copying is performed.
K. INSURANCE
Engineer shall not commence work under this Agreement until it has
obtained all insurance required under Attachment F and City has approved
such insurance.
L. Independent Consultant
The ENGINEER agrees to perform all services as an independent consultant
and not as a subcontractor, agent, or employee of the CITY. The doctrine
of respondeat superior shall not apply.
M. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing of
any conflicts of interest that develop subsequent to the signing of this contract
and prior to final payment under the contract.
N. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
O. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at the time this Agreement was
executed, the ENGINEER shall revise plans and specifications, as required,
at its own cost and expense. However, if design changes are required due to
the changes in the permitting authorities' published design criteria and/or
practice standards criteria which are published after the date of this
Agreement which the ENGINEER could not have been reasonably aware of,
the ENGINEER shall notify the CITY of such changes and an adjustment in
compensation will be made through an amendment to this AGREEMENT.
City of Fort Worth, Texas W&SS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23, 2021
Page 6 of 15
P. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment D to this AGREEMENT.
Article V
Obligations of the City
A. City -Furnished Data
ENGINEER may rely upon the accuracy, timeliness, and completeness of the
information provided by the CITY.
B. Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for
the ENGINEER's performance of its services. The CITY will perform, at no
cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CITY's facilities as may be required in connection
with the ENGINEER's services. The CITY will be responsible for all acts of the
CITY's personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain,
arrange, and pay for all advertisements for bids; permits and licenses required
by local, state, or federal authorities; and land, easements, rights -of -way, and
access necessary for the ENGINEER's services or PROJECT construction.
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and financial advisors, and
other consultants as the CITY deems appropriate; and render in writing
decisions required by the CITY in a timely manner in accordance with the
project schedule prepared in accordance with Attachment D.
E. Prompt Notice
The CITY will give prompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
City of Fort Worth, Texas W&SS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23, 2021
Page 7 of 15
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior
role in the generation, treatment, storage, or disposition of such
materials. In consideration of the associated risks that may give rise to
claims by third parties or employees of City, City hereby releases
ENGINEER from any damage or liability related to the presence of such
materials.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos is
a result of ENGINEER's negligence or if ENGINEER brings such
hazardous substance, contaminant or asbestos onto the project.
G. Contractor Indemnification
The CITY agrees to include in all construction contracts the provisions of
Article IV.E. regarding the ENGINEER's Personnel at the construction site,
and provisions providing for contractor indemnification of the CITY and the
ENGINEER for contractor's negligence.
H. Contractor Claims and Third -Party Beneficiaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out of,
in connection with, or resulting from the engineering services
performed. Only the CITY will be the beneficiary of any
undertaking by the ENGINEER."
(2) This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third -party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity or
person regarding the PROJECT a provision that such entity or person shall
have no third -party beneficiary rights under this Agreement.
(4) Nothing contained in this Section H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
City of Fort Worth, Texas WBSS Rep]. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Dale: November 23, 2021
Page 8 of 15
I. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required
or requested assistance to support, prepare, document, bring, defend, or
assist in litigation undertaken or defended by the CITY. In the event CITY
requests such services of the ENGINEER, this AGREEMENT shall be
amended or a separate agreement will be negotiated between the parties.
J. Changes
The CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. If such changes affect the ENGINEER's cost
of or time required for performance of the services, an equitable adjustment
will be made through an amendment to this AGREEMENT with appropriate
CITY approval.
Article VI
General Legal Provisions
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
B. Reuse of Project Documents
All designs, drawings, specifications, documents, and other work products of
the ENGINEER, whether in hard copy or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs, drawings, specifications and documents.
C. Force Majeure
CITY and ENGINEER shall exercise their best efforts to meet their
respective duties and obligations as set forth in this Agreement, but shall
not be held liable for any delay or omission in performance due to force
majeure or other causes beyond their reasonable control, including, but not
limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters,
epidemics/pandemics, wars, riots, material or labor restrictions by any
governmental authority and/or any other similar causes.
City of Fart Worth, Texas WBSS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23, 2021
Page 9 of 15
D. Termination
(1) This AGREEMENT may be terminated
a.) by the City for its convenience upon 30 days' written notice to
ENGINEER.
b.) by either the CITY or the ENGINEER for cause if either party fails
substantially to perform through no fault of the other and the
nonperforming party does not commence correction of such
nonperformance within 5 days' written notice or thereafter fails to
diligently complete the correction.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a.) Reasonable cost of reproduction or electronic storage of partial or
complete studies, plans, specifications or other forms of ENGINEER'S
work product;
b.) The reasonable time requirements for the ENGINEER'S personnel to
document the work underway at the time of the CITY'S termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will
submit to the CITY an itemized statement of all projected termination
expenses. The CITY'S approval shall be obtained in writing prior to
proceeding with termination services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER for
the convenience of the CITY. In the event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
commitment and cost of the ENGINEER's personnel and subcontractors, and
ENGINEER's compensation will be made.
F. Indemnification
The ENGINEER shall indemnify or hold harmless the CITY against
liability for any damage committed by the ENGINEER or ENGINEER's
agent, consultant under contract, or another entity over which the
ENGINEER exercises control to the extent that the damage is caused by
or resulting from an act of negligence, intentional tort, intellectual
City of Fort Worth, Texas WBSS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23, 2021
Page 10 of 15
property infringement, or failure to pay a subcontractor or supplier. CITY
is entitled to recover its reasonable attorney's fees in proportion to the
ENGINEER's liability.
G. Assignment
ENGINEER shall not assign all or any part of this AGREEMENT without the
prior written consent of CITY.
H. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT,
its interpretation and performance, and any other claims related to it. The
venue for any litigation related to this AGREEMENT shall be Tarrant County,
Texas.
I. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any reason
to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality,
or unenforceability will not affect any other provision, and this AGREEMENT
shall be construed as if such invalid, illegal, or unenforceable provision had
never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I.
shall survive termination of this AGREEMENT for any cause.
J. Observe and Comply
ENGINEER shall at all times observe and comply with all federal and State
laws and regulations and with all City ordinances and regulations which in any
way affect this AGREEMENT and the work hereunder, and shall observe and
comply with all orders, laws ordinances and regulations which may exist or
may be enacted later by governing bodies having jurisdiction or authority for
such enactment. No plea of misunderstanding or ignorance thereof shall be
considered. ENGINEER agrees to defend, indemnify and hold harmless
CITY and all of its officers, agents and employees from and against all
claims or liability arising out of the violation of any such order, law,
ordinance, or regulation, whether it be by itself or its employees.
K. Contract Construction/No Waiver
The parties acknowledge that each Party and, if it so chooses, its counsel,
have reviewed and revised Agreement and that the normal rule of contract
construction, to the effect that any ambiguities are to be resolved against
the drafting party, must not be employed in the interpretation of Agreement
or any amendments or exhibits hereto.
City of Fort Worth, Texas W&SS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23. 2021
Page 11 of 15
The failure of CITY or ENGINEER to insist upon the performance of any
term or provision of this Agreement or to exercise any right granted herein
shall not constitute a waiver of CITY's or ENGINEER's respective right to
insist upon appropriate performance or to assert any such right on any
future occasion.
L. Immigration Nationality Act
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (1-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all 1-9 forms and supporting
eligibility documentation for each employee who performs work under this
Agreement. ENGINEER shall adhere to all Federal and State laws as well
as establish appropriate procedures and controls so that no services will be
performed by any ENGINEER employee who is not legally eligible to
perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD
CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES
DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER,
ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. CITY, upon written notice to ENGINEER, shall have the right
to immediately terminate this Agreement for violations of this provision by
ENGINEER.
M. Prohibition On Contracts With Companies Boycotting Israel
ENGINEER unless a sole proprietor, acknowledges that in accordance with
Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or
more full time -employees and the contract value is $100,000 or more, the
City is prohibited from entering into a contract with a company for goods or
services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel
during the term of the contract. The terms "boycott Israel" and "company"
shall have the meanings ascribed to those terms in Section 808.001 of the
Texas Government Code. By signing this contract, ENGINEER certifies
that ENGINEER'S signature provides written verification to the City
that if Chapter 2271, Texas Government Code applies, ENGINEER: (1)
does not boycott Israel; and (2) will not boycott Israel during the term
of the contract.
N. Prohibition on Boycotting Energy Companies
ENGINEER acknowledges that in accordance with Chapter 2274 of the
City of Fort Worth. Texas WBSS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23. 2021
Page 12 of 15
Texas Government Code -(as added by Acts 2021, 87th Leg., R.S., S.B. 13,
§ 2), the CITY is prohibited from entering into a contract for goods or
services that has a value of $100,000 or more, which will be paid wholly or
partly from public funds of the City, with a company (with 10 or more full-
time employees) unless the contract contains a written verification from the
company that it: (1) does not boycott energy companies; and (2) will not
boycott energy companies during the term of the contract. The terms
"boycott energy company" and "company" have the meaning ascribed to
those terms by Chapter 2274 of the Texas Government Code (as added by
Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274
of the Government Code is applicable to this Agreement, by signing
this Agreement, ENGINEER certifies that ENGINEER's signature
provides written verification to the CITY that ENGINEER: (1) does not
boycott energy companies; and (2) will not boycott energy companies
during the term of this Agreement.
O. Prohibition on Discrimination Against Firearm and Ammunition
Industries
ENGINEER acknowledges that except as otherwise provided by Chapter
2274 of the Texas Government Code (as added by Acts 2021, 87th Leg.,
R.S., S.B. 19, § 1), the CITY is prohibited from entering into a contract for
goods or services that has a value of $100,000 or more which will be paid
wholly or partly from public funds of the City, with a company (with 10 or
more full-time employees) unless the contract contains a written verification
from the company that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate during the term of the contract
against a firearm entity or firearm trade association. The terms
"discriminate," "firearm entity" and "firearm trade association" have the
meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent
that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, ENGINEER certifies that
ENGINEER's signature provides written verification to the CITY that
ENGINEER: (1) does not have a practice, policy, guidance, or directive
that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, which supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. This AGREEMENT may be
executed in one or more counterparts and each counterpart shall, for all purposes, be
deemed an original, but all such counterparts shall together constitute but one and the
same instrument.
City of Fort Worth, Texas WBSS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23. 2021
Page 13 of 15
The following attachments and schedules are hereby made a part of this AGREEMENT:
Attachment A - Scope of Services
Attachment B - Compensation
Attachment C - Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
Attachment F — Insurance Requirements
City of Fort Worth, Texas WBSS Repl. Contract 2022 WSM-M
Standard Agreement for Engineering Related Design Services 104609
Revised Date: November 23, 2021
Page 14 of 15
Duly executed by each party's designated representative to be effective on the date
subscribed by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
DAhq BUi'G1�dOff
Dana Burghd off (Ju 2, 202318:46 CDT)
Dana Burghdoff
Assistant City Manager
Date: J u n 12, 2023
ATTEST:
A
Jannette S. Goodall
City Secretary
g O!q9 inn
FORt�O
a° �� ° V? ,
�e
OV8 8=d
ad4d nEXA?a
APPROVAL RECOMMENDED:
By:Chnstopher HJrder (Jun 9, 2023 08:14 CDT)
Chris Harder, P. E.
Director, Water Department
APPROVED AS TO FORM AND LEGALITY
hd&e I
By: Mack (Jun 12, 202317:22 CDT)
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
BY:
ENGINEER
MAS Consultants, LLC
Angel Sanchez, P. E.
President
Date: �/7/,Q �
Form 1295 No. 2023-999491
M&C No.: 23-0400
M&C Date: 05/23/2023
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.
2023.06.07
09:09-24 -05'00.
Abolfazl Zakersalehi, P.E.
Project Manager
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
Revised Date: November 23, 2021
Page 15 of 15
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
W&SS Repl. Contract 2022 WSM•M
104609
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM-M
CITY PROJECT NO.-.104609
ATTACHMENT A
Scope for Enqineerinq Desiqn Related Services for Water and Sanitary Sewer
Improvements
DESIGN SERVICES FOR
WATER AND SANITARY SEWER CONTRACT 2022 WSM-M
CITY PROJECT NO.:104609
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. The work to be performed
includes replacing a total of seventeen sanitary sewer lateral segments six and eight inches
in diameter, as well as eleven water line segments of six to twelve inches in diameter.
Main / Lateral Upstream Node Downstream Node Length Existing Pipe Size Proposed
(From) I (To) (in) Pipe Size
(ft) (€n)
Strohl Street I NE 33rd Street
I
Decatur Ave 761
Water Line Replacement In W Strohl Street R W
NE 31st Street I Decatur Ave I
Strohl Street I 495
Water Line Extension in NE 311h Street ROW
NE 33rd Street I Long Ave I
Weber Street I 1184
Water Line Replacement in NE 35th Street ROW
& through Utility Easement
NE 34th Street I Decatur Ave I
Weber Street I 1635
Water Line Replacement in NE 341h Street ROW
NE 35th Street I Decatur Ave
I
Weber Street I 1578
Water Line Replacement In NE 351h Street ROW
& through Utility Easement
NE 36th Street I Nichols Street
Line Replacement in NE 361h Street ROW
Schwartz Avenue I 2607
Water
Dixie Street I Decatur Ave I
Long Avenue I 539
Water Line Replacement in Dixie Street ROW
N Hampton Street I NE 34th Street I
NE 35th Street
726
Water Line Replacement In N Hampton Street ROW
Hardy Street
I NE 35th Street J
NE 37th Street
I 1028
reet
Water Line Replacement In Hardy StRO
4 Inch Unknown I 8 inch PVC
NIA I 8 inch PVC
12 inch Cast Iron I 12 inch PVC
6 Inch Cast Iron I 8 inch PVC
I 6 inch Unknown I 8 inch PVC
I 6 Inch Cast Iron I 8 inch PVC
I 6 inch Unknown I 8 inch PVC
I6 inch Unknown I 8 inch PVC
6 Inch Cast Iron & I 8 inch PVC
PVC
Long Ave I 1408 E Long Ave I Weber Street I 683 I 6 inch Unknown I 8 inch PVC
Water Line Replacement in Long Avenue ROy
Weber Street I NE 33rd Street NE 37th Street I 2204 I 6 inch Unknown I 8 inch PVC
Water Line Replacement in Weber Street ROVt & through Utility Easement
City of Fort Worth. Texas
Attachment A
PMO Release Dale: 07.23.2012
Page 1 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM-M
CITY PROJECT NO.: 104609
L-3477 NE 34th Street Long Avenue 658 r 6 inch Unknown
8 Inch PVC
Sanitary Sewer Line replacement in easement between NE 34th Street and venue
L-3477R* I Long Avenue I Long Avenue I 90 I 8 inch HDPE I
1
8 inch PVC
Sanitary Sewer Line replacement in E Long Avenue ROW
L-3478 I Long Avenue I Long Avenue I 363 16 inch Unknown I
8 inch PVC
Sanitary Sewer Line replacement in E Long Avenue ROW
I
L-3479 I NE 341h Street I NE 34th Street I 182 I 6 inch Unknown I
8 inch PVC 1
Sanitary Sewer Line replacement in NE 34th Street ROW
L-3480 I Alley (Glendora Street) I Alley (NE 31st Street) 425 8 inch unknown I
8 inch PVC
Sanitary Sewer Line replacement in V easement between Alley East ofLrdy Slree to NE 31 st Street
L-3481 I Glendora Street I NE 31st Street f 681 I 6 inch unknown I
8 inch PVC
Sanitary Sewer Line replacement in Alley between Glendora Street and E 31st Street
L-3482 I NE 33rd Street I Glendora Street 554 I 6 inch unknown I
8 inch PVC
Sanitary Sewer Line replacement in Strolh Street and Glendora Street R W
L-3489 I North of NE 36th Street l NE 361h Street I 333 16 inch Vitrified Clay I
8 Inch PVC
Sanitary Sewer Line replacement in easement between Decatur and Hardy Street
NE 34th Street I 357 6 inch Vitrified Clay
L-3489 I Maydell Street Ltween
8 inch PVC
Sanitary Sewer Line replacement In easemen Maydell Street and NE 34th Street
L-3504 I Long Avenue I Long Avenue I 92 I 6 inch unknown I
8 inch PVC
Sanitary Sewer Line replacement in Long Avenue ROW
I
L-3505 I Hardy Street I NE 37th Street I 685 I 6 inch Concrete I
8 inch PVC
Sanitary Sewer Line replacement in easemen South of NE 37th Street rom Decatur Avenue to Hardy Street
L-3505B I NE 36th Street
I NE 37th Street I 110
I 6 inch Concrete I
8 inch PVC
}II
Sanitary Sewer Line replacement in easement West of Hardy Street East of Decatur
Avenue
L -4244 I NE 37th Sreet Webber Street 1 738
1 6 inch Concrete
8 inch PVC
Sanitary Sewer Line replacement Inteasement East of Weber Street from NE 361h Street to NE 371h Street
L-4247
Easement (NE 36th St.)
Easement (NE 361h
100
6 inch Unknown I
8 inch PVC l
I
St.)
I
Sanitary Sewer Line replacement in easemen located on 1701 NE 36thLeet
I
h
L4255 I Webber Street I Oscar Avenue I 480
I 6 inch Concrete I
8 inch PVC
Sanitary Sewer Line replacement in NE 36th Street ROW
L-5577 I Decatur Avenue I Eagle Nest Street I 266
l
6 inch Unknown I
Ith
8 inch PVC
Sanitary Sewer Line replacement in easementbetween East of Decatur and in NE
Street ROW
1
!�
M-177 I Decatur Avenue I Weber Street 1 710
1 6 inch Unknown
8 inch PVC
Sanitary Sewer Line replacement in NE 34th Street ROW
Total Water: 13,440 LF II Total Sanitary Sewer: 6,824 LF
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.:104609
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 4. Final Design
Task 5. Bid Phase Services
Task 6. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey and Subsurface Utility Engineering Services
Task 9. Plan Submittal Checklists
TASK 1. DESIGN MANAGEMENT.
ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and
resources.
ENGINEER shall manage change,
■ communicate effectively,
■ coordinate internally and externally as needed, and
■ proactively address issues with the CITY's Project Manager and others as
necessary to make progress on the work.
1.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting
• Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings with the CITY at the end of each design phase
• Prepare invoices and submit monthly in the format requested by the CITY.
• Prepare and submit monthly progress reports in the format provided by the Water
Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule updates
with a schedule narrative monthly, as required in Attachment D to this Standard
Agreement and according to the City of Fort Worth's Schedule Guidance Document.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at
the end of the project
City of Fort Worth. Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.: 104609
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare the
design
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements are
appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to meet
their requirements, as part of the design scope.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company representative.
ASSUMPTIONS
• 13 MWBE reports will be prepared
• 4 meetings with city staff
13 monthly water department progress reports will be prepared
• 13 monthly project schedule updates will be prepared
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly MWWBE Report Form and Final Summary Payment Report Form
G. Plan Submittal Checklists (See Task 9)
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to
• Study the project,
• Identify and develop alternatives that enhance the system,
• Present (through the defined deliverables) these alternatives to the CITY
• Recommend the alternatives that successfully addresses the design problem,
and
City of Fort Worth. Texas
Attachment A
PMO Release Date: 08.1.2014
Page 4 of 17
ATTACHMENTA
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.:104609
• Obtain the CITY's endorsement of this concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection
• In addition to data obtained from the CITY, ENGINEER will research proposed
improvements in conjunction with any other planned future improvements that
may influence the project.
• The ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including but not limited to; utilities, agencies (TxDOT
and railroads), City Master Plans, and property ownership as available from the
Tax Assessor's office.
• The data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses as necessary to develop
sewer re-routing plans.
• The ENGINEER shall visit the project site and obtain the meter numbers and sizes
on all existing meters to be replaced on the project and shall identify existing
sample stations and fire line locations.
ASSUMPTIONS
• 3 copies of the conceptual design package (30% design) will be delivered.
Report shall be letter sized and comb- bound with a clear plastic cover.
Drawings will be 11 x/17 size fold outs bound in the report
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw
• ENGINEER shall prepare the meeting minutes of the Concept Review meeting
and revise the report, if needed.
• ENGINEER shall not proceed with Preliminary Design activities without obtaining
written approval by the CITY of the Conceptual Design Package.
DELIVERABLES
A. Conceptual Design Package
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1. Development of Preliminary Design Drawings and Specifications shall include the
following:
• Cover Sheet
City of Fort Worth. Texas
Attachment A
PMO Release Date: 08.1.2014
Page 5 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.:104609
A Proiect Control Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base. Z coordinate on City Datum only; descriptive location
(i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Overall proiect easement lavout sheet(s) with property owner information.
Overall proiect water and/or sanitary sewer lavout sheets. The water layout sheet
shall identify the proposed water main improvement/ existing water mains in the
vicinity and all water appurtenances along with pressure plane boundaries, water
tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall
identify the proposed sewer main improvement/existing sewer mains and all
sewer appurtenances in the vicinity.
• Overall water and/or sanitary sewer abandonment sheet.
• Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc.,
in the same coordinate system as the Control Points.
• Bench marks per 1,000 ft of plan/profile sheet — two or more.
• Bearings qiven on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
• Plan and profile sheets which show the following: proposed water and/or sanitary
sewer plan/profile and recommended pipe size, fire hydrants, water service lines
and meter boxes, gate valves, isolation valves, manholes, existing meter
numbers and sizes that are to be replaced, existing sample locations, existing fire
line locations, existing utilities and utility easements, and all pertinent information
needed to construct the project. Legal description (Lot Nos., Block Nos., and
Addition Names) along with property ownership shall be provided on the plan
view.
The ENGINEER shall make provisions for reconnecting all identifiable water and/or
wastewater service lines which connect directly to any main being replaced,
including replacement of existing service lines within City right-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
lateral is changed, provisions will be made in the final plans and/or specifications
by the ENGINEER to relocate all service lines which are connected to the existing
main and connect said service lines to the relocated main.
The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and submitted for construction. During
design survey, if a rod can be inserted through the cleanout to the bottom of the
service line, the ENGINEER will obtain the flow line elevation and design the
City of Fort Worth, Texas
Attachment A
PMO Release Dale: 08.1.2014
Page 6 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.:104609
service line prior to advertising the project for bid. If the service flow line
information cannot be obtained during design survey, the ENGINEER shall delay
the design of the sewer service line until after a Quality Level A Subsurface Utility
Engineering (SUE investigation has been performed). The Level A SUE will be
performed; (1) by the ENGINEER if included in the fee proposal; or (2) by the CITY
prior to bidding if the CITY determines that it is needed for satisfactory completion
of the design; or (3) by the Contractor after the project has been bid, by means of a
bid item to that effect. In all options, the ENGINEER shall propose appropriate de -
hole locations in the project and collect flow line elevation and other applicable
information of the sewer service line. The ENGINEER shall use this information to
provide the design for the sanitary sewer service line to be rerouted or relocated.
• Provide map showing location of new manhole construction at the end of existing
sewer segments, 90 degree bends, or tee connections. Site survey or specific
design plans for manhole construction is not included as part of the scope. The
contract documents shall specify that it is the Contractor's responsibility to
coordinate utility location, etc. manhole construction.
The ENGINEER will prepare standard and special detail sheets for water line
installation and sewer rehabilitation or replacement that are not already included in
the D-section of the CITY's specifications. These may included connection details
between various parts of the project, tunneling details, boring and jacking details,
waterline relocations, details unique to the construction of the project, trenchless
details, and special service lateral reconnections.
3.2. Constructability Review
• Prior to the 60 percent review meeting with the CITY, the ENGINEER shall
schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. The ENGINEER shall summarize the
CITY's comments from the field visit and submit this information to the CITY in
writing.
3.3. Utility Clearance
The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of above and underground utilities, and other facilities
(current and future) that have an impact or influence on the project. ENGINEER
will design CITY facilities to avoid or minimize conflicts with existing utilities, and
where known and possible consider potential future utilities in designs.
• The ENGINEER shall upload individual DWF files for each plan sheet of the
approved preliminary plan set to the designated project folder in Buzzsaw for
forwarding to all utility companies which have facilities within the limits of the
project. The DWF files should be created directly from the CAD files as opposed
to PDF files.
City of Fort Worth. Texas
Attachment A
PMO Release Date: 08.1.2014
Page 7 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.: 104609
3.4 Traffic Control Plan
• Develop a traffic control plan utilizing standard traffic reroute configurations
posted as "Typicals" on the CITY's Buzzsaw website. The typicals need not be
sealed individually, if included in the sealed contract documents.
• Develop supplemental traffic control drawings as needed for review and approval
by the Traffic Division of the Transportation and Public Works Department.
These drawings shall be sealed by a professional engineer registered in the
State of Texas.
ASSUMPTIONS
• 1 public meeting(s) will be conducted or attended during the preliminary design
phase.
• 2 sets of 11 x17 size plans will be delivered for the Constructability Review.
• 2 sets of 11x17 size plans will be delivered for the Preliminary Design (60%
design).
• 1 sets of specifications will be delivered for the Preliminary Design (60% design).
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw.
• The CITY's front end and technical specifications will be used. The ENGINEER
shall supplement the technical specifications if needed.
• 1 sets of 11 x17 size drawings will be delivered for Utility Clearance.
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
DELIVERABLES
A. Preliminary Design drawings and specifications
B. Utility Clearance drawings
C. Traffic Control Plan
D. Estimates of probable construction cost
E. Data Base listing names and addresses of residents and businesses affected by
the project.
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans
as follows:
• Draft Final plans (90%) and specifications shall be submitted to CITY per the
approved Project Schedule.
City of Fort worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 8of17
ATTACHMENTA
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.:104609
• Following a 90% construction plan review meeting with the CITY, the ENGINEER
shall submit Construction Documents (100%) to the CITY per the approved
Project Schedule. Each plan sheet shall be stamped, dated, and signed by the
ENGINEER registered in State of Texas.
• The ENGINEER shall submit a final design estimate of probable construction
cost with both the 90% and 100% design packages. This estimate shall use
ONLY standard CITY bid items.
ASSUMPTIONS
• 2 sets of 11x17 size drawings and 2 specifications will be delivered for the 90%
Design package.
• A DWF file for the 90% Design will be created from design CAD drawings and
will be uploaded to the project folder in Buzzsaw.
• 1 sets of 22x34 size drawings and 1 specifications will be delivered for the 100%
Design package.
• A DWF file for the 100% Design will be created from design CAD drawings and
will be uploaded to the project folder in Buzzsaw.
• The final sheet list is anticipated to include Cover, Index of Sheets, General
Notes, Overall Layout, 24 Sanitary Sewer Line Plan and Profile Sheets, 27 Water
Line Plan Sheets and standard details.
DELIVERABLES
A. 90% construction plans and specifications.
B. 100% construction plans and specifications.
C. Detailed estimates of probable construction costs including summaries of bid
items and quantities using the CITY's standard bid items and format.
D. Original cover mylar for the signatures of authorized CITY officials.
TASK S. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
5A. Bid Support
• The ENGINEER shall upload all plans and contract documents onto Buzzsaw for
access to potential bidders.
• Contract documents shall be uploaded in a .xIs file.
• Unit Price Proposal documents are to be created utilizing CFW Bidtools only and
combined in a specified spreadsheet workbook, Bid Proposal Worksheet
Template, and will be populated and configured so that all pages are complete
and the Summary Worksheets) in the workbook detail and automatically
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 9 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM-M
CITY PROJECT NO.:104609
summarize the totals from the inserted Unit Price Proposal document
worksheets.
• Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and AM files. The
.pdf will consist of one file of the entire plan set. The AM will consist of individual
files, one for each plan sheet, and will be numbered and named in a manner
similar to that of the plan set index.
• The ENGINEER shall sell contract documents and maintain a plan holders list on
Buzzsaw from documents sold and from Contractor's uploaded Plan Holder
Registrations in Buzzsaw.
The ENGINEER will develop and implement procedures for receiving and
answering bidders' questions and requests for additional information. The
procedures shall include a log of all significant bidders questions and requests
and the response thereto. The log shall be housed and maintained in the
project's Buzzsaw folder titled Request for Information. The ENGINEER will
provide technical interpretation of the contract bid documents and will prepare
proposed responses to all bidders questions and requests, in the form of
addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and
mail addenda to all plan holders.
• Attend the prebid conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
• When substitution prior to award of contracts is allowed in the contract
documents, the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
• Attend the bid opening in support of the CITY.
• Tabulate and review all bids received for the construction project, assist the CITY
in evaluating bids, and recommend award of the contract. A copy of the Bid
Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only
are to be uploaded into the project's Bid Results folder on Buzzsaw.
• Incorporate all addenda into the contract documents and issue conformed sets.
5.2 Final Design Drawings
1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format
(version 6.0 or higher) format and DWF format. There shall be one (1) PDF file
and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for
the Water plan set. Each PDF and DWF file shall be created from the original
CAD drawing files and shall contain all associated sheets of the particular plan
set. Singular PDF and DWF files for each sheet of a plan set will not be
accented. PDF and DWF files shall conform to naming conventions as follows:
I. Water and Sewer file name example — "X-35667—org36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_org"
City of Fort Worth, Texas
Attachment A
PMO Release Dale: 06.1.2014
Page 10 of 17
ATTACHMENTA
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.:104609
designating the file is of an original plan set, "36" shall be the total number of
sheets in this file.
Example: X-12755 org18.pdf
Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in
Buzzsaw.
2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet
as an individual DWG file with all reference files integrated into the sheet. If the plans
were prepared in DGN format, they shall be converted to DWG prior to uploading.
The naming convention to be used for the DWG files shall be as follows:
I. Water and Sewer file names shall use the X number as for PDF and
DWF files, but shall include the sheet number in the name — "X-
12155_SHT01.dwg", "X-12755_SHT02.dwg", etc.
For information on the proper manner to submit files and to obtain a file number for
the project, contact the Department of Transportation and Public Works Vault at
telephone number (817) 392-8426. File numbers will not be issued to a project
unless the appropriate project numbers and fund codes have been assigned and
are in the Department of Transportation and Public Works database.
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• 12 sets of construction documents will be sold to and made available on
Buzzsaw for plan holders and/or given to plan viewing rooms.
• 12 sets of 11x17 size and 12 sets of 22x34 size drawings plans and 12
specifications (conformed, if applicable) will be delivered to the CITY.
• PDF, DWF and DWG files will be uploaded to Buzzsaw.
DELIVERABLES
A. Addenda
B. Bid tabulations
C. CFW Data Spreadsheet
D. Recommendation of award
E. Construction documents (conformed, if applicable)
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
City of Fort Worth, Texas
Attachment A
PMO Release Dale: 08.1.2014
Page 11 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.: f04609
6.1 Construction Support
• The ENGINEER shall attend the preconstruction conference.
• After the pre -construction conference, the ENGINEER shall provide project
exhibits and attend public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location and mail the invitation letters
to the affected customers.
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, review change orders, and make
recommendations as to the acceptability of the work.
The ENGINEER shall attend the "Final' project walk through and assist with
preparation of final punch list
6.2 Record Drawings
• The ENGINEER shall prepare Record Drawings from information provided by
the CITY depicting any changes made to the Final Drawings during construction.
The following information shall be provided by the CITY:
o As -Built Survey
o Red -Line Markups from Contractor
o Red -Line Markups from City Inspector
o Copies of Approved Change Orders
o Approved Substitutions
• The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
o These Record Drawings were prepared using information provided by
others and represent the as constructed conditions to the extent that
documented changes were provided for recording. The ENGINEER
assumes no liability for undocumented changes and certifies only that the
documented changes are accurately depicted on these drawings.
• The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, on mylar for record storage. The ENGINEER may
keep copies of the information provided by the CITY for their files, but all original
red -lined drawings shall be returned to the CITY with the mylars.
City of Fort Worth, Texas
Attachment A
PMO Release Date; 08.1.2014
Page 12 of 17
ATTACHMENTA
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.:104609
2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format
(version 6.0 or higher) format and DWF format. There shall be one (1) PDF file
and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for
the Water plan set. Each PDF and DWF file shall contain all associated sheets
of the particular plan set. Sinqular PDF and DWF files for each sheet of a
plan set will not be accepted. PDF and DWF files shall conform to naming
conventions as follows:
I. Water and Sewer file name example — "X-35667—rec36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "—rec"
designating the file is of a record drawing plan set, "36" shall be the total
number of sheets in this file.
Example: X-12755_rec18.pdf
Both PDF and DWF files shall be uploaded to the project's Record Drawings folder
in Buzzsaw.
ASSUMPTIONS
• 4 RFI's are assumed.
• 4 Change Orders are assumed
• One copy of full size (22"x34") mylars will be delivered to the CITY.
DELIVERABLES
A. Public meeting exhibits
B. Response to Contractor's Request for Information
C. Review of Change Orders
D. Review of shop drawings
E. Final Punch List items
F. Record Drawings on Mylar
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY's Project Manager.
7.1. Right -of -Way Research
• The ENGINEER shall determine rights -of -way, easements needs for
construction of the project. Required temporary and permanent easements will
be identified based on available information and recommendations will be made
for approval by the CITY.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 13 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABUTATION CONTRACT 2022 WSM-M
CITY PROJECT NO.;104609
7.2. Right-of-Way/Easement Preparation and Submittal.
• The ENGINEER shall prepare documents to be used to obtain right-of-way and
permanent and/or temporary easements required to construct the improvements.
• The ENGINEER shall submit the right-of-way and/or easement documents to
CITY PM for real property acquisition
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's Buzzsaw site.
7.3. Temporary Right of Entry Preparation and Submittal
• Prior to construction, the ENGINEER shall prepare and submit Temporary Right
of Entry documents for landowners to CITY PM for real property acquisition. It is
assumed that letters will only be required for land owners adjacent to temporary
construction easements or who are directly affected by the project and no
easement is required to enter their property.
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's Buzzsaw site.
ASSUMPTIONS
• 10 Easements or right-of-way documents will be necessary.
• 39 Temporary right -of -entry documents will be necessary.
Right -of -Way research and mapping includes review of property/right-of-way
records based on current internet based Tarrant Appraisal District (TAD)
information available at the start of the project and available on -ground property
information (i.e. iron rods, fences, stakes, etc.). It does not include effort for
chain of title research, parent track research, additional research for easements
not included in the TAD, right-of-way takings, easement vacations and
abandonments, right-of-way vacations, and street closures.
DELIVERABLES
A. Easement exhibits and meets and bounds provided on CITY forms.
B. Temporary Right of Entry Letters
TASK 8. SURVEY
ENGINEER will provide survey support as follows.
8.1. Design Survey
• ENGINEER will perform field surveys to collect horizontal and vertical elevations
and other information needed by ENGINEER in design and preparation of plans
for the project. Information gathered during the survey shall include topographic
data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations,
City of Fort Worth, Texas
Attachment A
PMO Release Date; 08.1.2014
Page 14 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.:104609
location of buried utilities, structures, trees (measure caliper and identify overall
canopy.
• The minimum survey information to be provided on the plans shall include the
following:
— A Project Control Sheet, showing ALL Control Points, used, or set while
gathering data on a scale of not less than 1:400:
— The following information about each Control Point;
a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a referred
bearing base. Z coordinate on CITY Datum only.
— Descriptive Location (Ex. Set in the centerline of the inlet in the South curb
line of North Side Drive at the East end of radius at the Southeast corner of
North Side Drive and North Main Street).
Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same
coordinate system, as the Control.
No less than two horizontal bench marks, per line or location.
Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
8.2. Temporary Right of Entry Preparation and Submittal
• Prior to entering property, the ENGINEER shall prepare and submit Temporary
Right of Entry for landowners to CITY PM.
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's Buzzsaw site.
ASSUMPTIONS
• Topographic survey at intersection will include no more than 100 ft. in each
direction.
DELIVERABLES
A. Copies of field survey data and notes signed and sealed by a licensed surveyor.
B. Drawing of the project layout with dimensions and coordinate list.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 15 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.:104609
TASK 9. PLAN SUBMITTAL CHECKLISTS
Engineer shall complete and submit Plan Submittal Checklists in accordance with the
following table:
PLAN SUBMITTAL CHECKLIST REQUIREMENTS
Traffic
Traffic
Traffic
Water
TraffiEn
Control
Control
Control
Attachment "A"
Traffic
Signal
Storm
Storm
Storm
Lights
/Sewer
I eecin
g g
30%
60%
90%
Type
(Submit All
Water
30%
Water
60%
(Submit
All @
(Submit
All @
(Submit All
@ 30%)
30%
60%)
@ 60%)
Required for all work
in City
ROW
Street
X
X
X
X
X.
X
X
X
X
Storm Water
X
X
X
X
X
Water / Sewer
X
X
X
X
*If included in street project
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Negotiation of easements or property acquisition including temporary right -of -
entries.
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre -qualification, bid protests, bid rejection and
re -bidding of the contract for construction.
• Construction management and inspection services
• Periodic site visits during construction phase
• Design phase public meetings
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of
God.
City of Fart Worth, Texas
Attachment A
PMO Release Dale: 08.1.2014
Page 16 of 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REHABILITATION CONTRACT 2022 WSM•M
CITY PROJECT NO.: 104609
• Services related to warranty claims, enforcement and inspection after final
completion.
• Services related to submitting for permits (ie.TxDOT, railroad, etc...}
• Services related to Subsurface Utility Engineering Levels A, B, C or D
• Services related to Survey Construction Staking
• Services related to acquiring real property including but not limited to easements,
right-of-way, and/or temporary right -of -entries.
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
• Construction Shop drawing review, samples and other submittals submitted by
the contractor.
• Performance of miscellaneous and supplemental services related to the project
as requested by the CITY.
City of Fort Worth. Texas
Attachment A
PMO Release Date: 08.1.2014
Page 17 of 17
ATTACHMENT B
COMPENSATION
Design Services for
DESIGN SERVICES FOR
WATER AND SANITARY SEWER CONTRACT 2022 WSM-M
City Project No. 104609
Lump Sum Project
I. Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $508,376.00
as summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of
Total Project Fees. The total lump sum fee shall be considered full
compensation for the services described in Attachment A, including all labor
materials, supplies, and equipment necessary to deliver the services.
B, The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item III. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D, Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Water Department monthly progress reports and schedules in the format
required by the City.
City of Fort Worth, Texas
Attachment 8
PMO Official Release Dale: 8.09.2012
Page 1 of 3
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility Fee Amount I %
Prime Consultant
MAS Consulting Engineers Project Management $ 369,456.00 72.67
and Design
f Proposed MBE Sub -Consultants
MultaTech Engineering Engineering Support j $ 25,000.00 I 4.92
Proposed SBE Sub -Consultants
Non-MBEISBE Consultants
Eagle Survey Topographic Survey
Eagle Survey Easement Services
Project Number & Name
Contract 2022 WSM-M
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 2of3
TOTAL
Total Fee
$ 508,376.00
$ 94,000.00
18.49 1
$ 19,920.00
3.92 1
$508,376.00
100.00 %
MBE Fee I
MBE %
$ 25,000.001 4.92%
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 3 of 3
Professional Services Invoice Project Manager. IAbobzJZakersalehl
Project: I Water and Sewer Replacement Contract 2022 WSM-M
City Project #: 104609 1
City Sec Number:
Company Name: lMAS Consulting Engineers
Suppliers PM:
Angel Sanchez
Supplier Invoice m
Payment Request #:
1
Service Date:From
6/152o23
Service Date:To
6/30/2023
Invoice Date:
7/12023
Summary
Supplier Instructions:
Fill In green cells Including Invoice Number, From and To Dates and the included worksheets.
When your Invoice Is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
email: asanchezllrnas-ay.tcom
301 Office Address 2702 SE Locp 820. Fort Worth, Texas 76140
Telephone: 817-708.2422
Fax:
Remit Address:11357 LdrhSeld Lane. Bude3on, Texas 76028
Sheet FID and Work Type Description
Work Type Water
Work Type 2 Sanitary Sewer
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Agreement LTD
Agreement Amendment
Amountto Completed Percent (S)Invoiced Current
Remaining
Amount Amount
Date Amount Spent Previously Invoice
Balance
5300.724.00
$300.724.00
S300.724.00
S207,652.00
S207.652.0C
S207.652.00
Totals This Invoice $508,376 DO S508.376.00 $508,376.00
Overall Percentage Spent:
Professional Services Invoice Project Manage, Abaliaz12ahersatehi
Project: Water and Sewer Replacement Contract 2022 W
City Project #: 104609
Work TypeDesc: Water I Suppliertnstructigns:
FID: I
City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Guanines
Purchase Order: I When your Inwice Is complete, save and close, scan Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
Company Name: MAS Consumng Engineers
Supplier's PM: Angel Sanchez
Supplier Invoice #: 201
Payment Request#: 1
Service Date:From w152oz3
Service Date:To M=023
Invoice Date: 7/12023
Pay Items
email: asanchez@max-dvd.ccm
Office Address: 2702 SE Loop 020. Fort Worth. Texas 76140
Telephone: 517.7a6-2422
Fax:
Remit
Address:
Description
3C - fission Water Desian
I
I
I
Totals This Unit:
1357 Litchfield Lane, Burleson, Texas 76028
Agreement LTD
Agreement Amendment Amendment Amountto Completed Percent ($)Invoiced Current Remaining
Amount Number Amount Date Amount Spent Previously Invoice Balance
S3130.774.00 5300.724.00 S3e0.724.00
$300,724.00 ;3C0.724 00 $200.724.00
Overall Percentage Spent:
Professional Services Invoice Project Manager. Abohazl Zakersalehi
Project: Water and Sewer Replacement Contract 2022 V
City Project#: ID4609
Work TypeDesc: Sanitary Sewer I Supplierinstructions:
FID:
City Sec Number. Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order: I When your Invoice is complete, save and close, start Bu=saw and Add your invoice to the
Consultant folder within Projact's folder.
Company Name: MAS Consulting Engineers
Supplier's PIVI: Angel sanmez
Supplier Invoice #: 301
Payment Request#: i
Service Date:From 6n52o23
Service Date:To 613O2023
Invoice Date: 7112023
Pay Items
email: asanchezamas-civil.com
Office Address: 2702 sE Loop 620. Fort Worth. Texas 75140
Telephone: 01T-706.2422
Fax:
Remit 1357 Litchfield Lane. Burleson, Texas 76026
Address:
Description
30. Design Sanitary Sewer Design
Totals This Unit:
Agreement LTD
Agreement Amendment Amendment Amount to Completed Percent ($) Invoiced Current Remaining
Amount Number Amount Date Amount Spent Previously Invoice Balance
520T.652.00 5207.852.00 5207.652.00
$207.652.00
$207,65200
Overall Percentage Spent:
5207 652.00
Task No. Task D.scVplb
n!n
1A
1.1
1.1.i
1.13
13
t
2S 'iC6X IQR
21
22
3.0 Ar wtAliJMi —
rrrrl 1.��
3.7 Arw
3A 'lpenl,A'Fk'l
4.0
4.1
S t Ind
I. � �,m�,,Pjj¢,¢Nl am A1aiNan Plan nd0¢n list
9A �59Md1
Ij3I�I e.Nm.eK.
pti.� � I / �Tj JJjn¢ 0! colsar L 1 ve¢ oat wkl MIIt Re0V11
TA i4i
7.1
73 s '{�1��' P%peapanbn//pn9 Srbr`Ae4
9A
al `�,"
W 1A �Ia9na1 S-W..31. d1I 46 Carl
93 r
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Water Department Design Services for
Water and Sewer Replacement Contract 2022 WSM-M
Citv Prolect No_ 104SOB
R".*q From:
PIeJM
PMd
Wn
�'�
\ N
Ls9dl IlTEUnI
PmJ.[I
611, B ER CAOB RPLS
•.�0 stay atoa alga
wrwr surer AOrtsnlst
T. a Cnw ri0n
7�'IYsi itla aaV
T9Ia11a091
Cost
sulx 9n¢un9nl Fs
suxenwllant
MYItlt nee-31W BE
•
MBE
R.Pn4uetl9n
TOhI FJtprlsl COs1
Talk SuO TOW
R-.h tnq
xCOmplNs
MINiQ01
0 TO .1 01
01 0 0
S2a T90.00
i SO
30
W
420710
q
e p
0 T01 0.. of a 0 9
sI TW
301
30
s0
51.1m
s0
$E!C
i$so
Sj�y.
�
s).j
Si
>41
s2690I
so
so
so
32.6W
so
3S0
S2so
tzYA
F0
so
S 700
n 6m
w
sz.aw
—� a2900
ui"M
56399904
Z500
30
f0
e
16
f
l6
is 4an
s0
s
to
so
S..90
30
y J S
so
so
so
S,
53655
Sol
M Se
'4
/1
{ 2621 310
0
0
0
0
SIS 0.00
f 123M
s
S
S1 Sae
5117340
sloj yf
4
0
no
0
1 2I
s t0J
104 0 161
360
S86.105
54 9w
s s003M
iS Bo -so
s 10,000 1 so
M
s5000
S21.105
s0
s4,9rA
sans
s6as�
i2.t
SAW
i6=1
420
0
0
0
0
S103.240.001
SW,000
$113.960
4
102
W�
e
0
S
so
so
so 5M
15Ua'
S385S39
s19n9
MUM
S{3.S30
so
s199a
0 2L 9 40 .
0
0
0
24
St2.aT0.00
f :0
30
so
MATS
St2�jBi
12 is a e
fi 6
2 a
B e
2 e a
0 641 0 39 34 01 0 0
30
s7.440
to
so
so
s�\
o)�i
St 9®J
i9501
>D
/0 9
5,W
So
$950
SO
n 090
$
so
S9
S2 am
Szo10
50
52010
MA90A0
$
So
so
s0
S
S22A58
1
til
a
2t
1'
tf
8
1q
s1.3Y0
dd.
so
so
so
st i20
{
s]
till
sJ
1
GO
so
32T0
ST0
st ]60
s0
51
30
A.®EN
9.690
s{T40
So
34. TSC
a
Tr-0
29
29
0
0
0
0
190".ao
1
S192M
$0
SIl920
SST 923
i7t+riS
4
2
to
6
4
l8
B
G
54T40
uOaO
S199M
70
:a Tan
000
S199M
M000
s0
S1 ,Os
S1.1B5
q
1
0
1s
11
0
a
0
0
ff oAa
a -
194
S.
1 MG
1" 0
9
a
0
0
16
0
161
0
S.,
L 94 �,6°
S9S wo
MAW
/�►fC��
s3P.M
0
0 0
0
f30000.00
1
so
SO
So
S30000
50
- dP s0al..au
20 {il 4
//9
111t
0
0j
$113,9zal
30
$131.9201
i301A30.
W.mr a
dr IFOOY [1'�tp��J,���x Fo014]p�/9■.I f I I W9p �w30aSR7 � %T*Wb.C¢at xCOmpi¢S. F4minn0 aW9.1 IVw+
i Sswm �65ri1 liiGi�ln1J1S I F0�(�jp�`�ll1 s yy ]OD.T2aI 6941 a� M7.652� 500 ]T6IT6 �'.�,ppglc 5.:, onAsu[ue
romp z93o9� t9Dxl I TDT1 100521 s I! Son M. 6s41 ax s 7AT.�
I-1271�t i399.3
Car 91 Fort W.M, r.au
A',a,—m B • L.n191 UW Suppl.mM
PMO Ostsal RN..- Otl.: C09.2012
im
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
DESIGN SERVICES FOR
WATER AND SANITARY SEWER CONTRACT 2022 WSM-M
City Project No. 104609
<List any changes to the Standard Agreement>
No changes
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page I of
-10 Task
Tart name
Duration
scan
Finnh
1 'P
Fort Worth Contract 2022 WSM-M
949 drys
Thu 6133J23
Tue 2JZJ27
2 {
Design
465 days
Thu 5/1543
Wed W6124
3 {
Cpn W.al Q.Sip it^
105 days
Thu 6/15/T3
Wed 11/a/23
4 {
hSY, o".gn Notice To Proceed
Qdays
Thu 6/15123
Thu 6115/23
5 s
Data CDA—ion
Ili day,
Thu 6/15123
Wed 6/23/23
6 ;
30% CPnceptual Plam
80 days
Thu 6J1S/23
Wed IMAM
7 et
QAQC
15 days
Thu IC/5123
wed 10/25/23
a
30% Cnntaplual Design Sub..Ml
04a0
Wed 10/25/23
Wed 10/25/23
9 en
Pon FL,— and Mmbng xith CFW
30 days
Thu 30126R3
Wed III"
10 +,
Preliminary Devgn 60%
140 days
Thu 11/9/23
Wed SJ22J24
n
WIG Prefinuma Design runs
100 dos
Thu 11/9123
Wed 3/27/24
12 r1
QAQC
20 days
Thu 3/28124
wed Al2e/24
13
Ud111y Clearance Report L C-struaablllty
10days
Thu 4/25/24
Wed 5113/24
acvxx
_
v #
60%Pre6m4-y Design Sub -Mal
13 days
Wed 515/24
wed 5/8/24
15 ;
Tun Ft-l— and Meeting with CFW
10 days
ThuS/9124
Wed 5/22/24
ib .4S
Final Design 90%# 10096
uo da0
Thu 5/23124
Wed 12/fi/24
17 at
SO% Final Des.gn Mans
90 days
Thu SRU24
Wed 9/11124
18 ;
tytgC
15 days
TWSII2R4
Wed 1012/24
19 S
9o% F-m$ Deeps Submittal
Odaya
Wed IIVV24
Wed 10/212d
ZQ at
Plan Review and Meeting with CFW
1D days
Thu 10/3/24
Wed 10/16R4
21
0—p—le Final Ctu—nts and Submit Fl-1 25 days
Thu LCV17124
Wed t1/6/24
Wars and Sp-ruatwtss
12 en
C-1c. Complete
9drys
Wed 1119/24
Wed 1116124
73 —.
ROW/land
2B0 days
Thu 10/23
Wed 22l4/24
M s►
Easement Acgbisitian
280 drys
Thu 11J9R3
Wed W4124
R
Easement Agl1s Eon P:eperatlon
160 days
Thu 11J9/Z3
Wed 6119124
26 ;
Easement NeLetiatidm by CFW
12o days
Thu 6R0124
Wed W4124
27
Survey
65 days
Thu6/15/23
Wed 9/13J23
ID
Tepogr.Phie Meld Surveyl
55 days
Thu6/15/23
Wed 9/13/23
29 !
Public involvement
3,dely
Wed 1122J25
Wed l/22/2S
10 J
Pu611s Meednrf
Iday
Wed 1/22/25
Wed 2R2l25
31 -- �
Hold Publk Meeting. Pr"anst—im
L day
Wed 1/23145
Wed 3122/2S
32 ;
Utilities
40days
Thu 5123/24
Wed 7/17/24
33
utility CeeydfnaDen/Qearnce
40 day,
Thu 5/21/24
Wed 7117/24
34
Review P[am and Specs• Ualitin
20 days
Thu SR3/24
Wed 6/19Rd
35 ;
Coordination
20 days
Thu 5120124
Wetl 7/17Ra
36
Utilities Complete
Odays
Wed 7l17124
Wed 71I7124
31
Canstruction Phase
534 days
Thu 1215Re
Tee 19./22/24
39 s
Cemvunion Ad—lis—CPI
34 days
Thu 22/5124
Tue 1/21J25
34 ;
Adv¢Td,rmeni
20 days
Thu W5124
Wed 3/1/2S
aP r
Pm80 Merang
Oda"
wed MIN
Wed 211/25
-41
ending
9 day,
Thu 112R5
Tue 1114125
42 r
MyUrs
5 days
Wed 1/15RS
hue 3121/25
43 r
C—teuttion Ceneran
$10 dart
Tue I/7R5
Tue L2/22125
µ
Construction Phase Stan
0 days
Tue 1/21125
Tue 1/21/2S
as a'
rOn mni-
500 days
wed 1/22125
Tue 12/W26
ab r
Con—i-Phase ComPlete
0days
Tue 12/22126
Tue IZIW26
4T
Closeout
30 days
Wed 12/23J26
Tue ZIV27
__�6 .. a►
Ps Built Plans
30 days
Wed 22JZ3126
Tye 2/2/27
O +S
AS -Bunk Survey lConVatlerl
200ayi
Wed 32/23/26
Tue U19127
SD >.
ArBudl Plans JConsuhanll
10days
Wad 1/20/27
Tw 21V27
ATTACHMENT D
City of Fort Worth Water Department
Contract2022 WSM-M
City Project # 104609
on- :ss
i
Ions
u fi
l
f 518
e5 10y2
�1
..mot
-I
r ♦I11R1 -�
i � sM»s..y aera..talrsrw. a:+ —lt --- sunan. C
spy saae.asl Srr..^"'l.uum .avant 7 �eaQis. a
Mynm. ♦ Gumwr lxt s4a,wal lass 1- I Inan.al a.r t---------1 W-1 rasa PW...
Walu.sVaa..<wsN atGx taYP Ca.Yaa.,aJesVaa�V w4yq.'ory.IaewYYa nsx ..e.a lenV..gt. aw.W ,P.wM 1f 21 role
Thu 5/25/a
RS[
7-17VI
i��
MdrwOW I ,frr—"
ACIM-'�
r
AMIJ
ILZ-.M,iQV. 4�!F
Lff. 7. SFMA"k-ri"
it'll 19l,
ATTACHMENT "F"
CERTIFICATE OF INSURANCE
WATER AND SANITARY
SEWER CONTRACT 2022,
WSM-M
City Project No. 104609
City of Fort Worth, Texas
Attachment F
(
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, May 23, 2023
LOG NAME: 60WSSC22WSMM-MAS
REFERENCE NO.: **M&C 23-0400
SUBJECT:
(CD 2 / Future CD 2) Authorize Execution of an Engineering Agreement with MAS Consultants, LLC., in the
Amount of $508,376.00 for the Water and Sanitary Sewer Replacement Contract, 2022 WSM-M Project
and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to Fiscal Years 2023-2027
Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of an engineering agreement with MAS Consultants, LLC., in the amount of
$508,376.00, for Water and Sanitary Sewer Replacement Contract, 2022 WSM-M project; and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $772,961.00 transferred from available
funds, for the Water and Sanitary Sewer Replacement Contract, 2022 WSM-M (City Project No.
104609) to effect a portion of Water's contribution to Fiscal Years 2023-2027 Capital Improvement
Program.
DISCUSSION:
This Mayor and Council Communication (M&C) is to authorize the preparation of plans and specifications
for sanitary sewer and water main replacements on the following streets, and easements:
Street
I From
II To
Scope of
II
Work
Easement South
of 37th Street
Decatur Avenue
I
Hardy
Street II
Sewer
180feet west of the
Easement west of
t
36 Street / Hardy
North 470
Sewer
Hardy Street
feet
Street Intersection
145 feet south of the
Decatur Avenue
Decatur Avenue / 37th
North 360
feet
Sewer
Street Intersection
160 feet east of the
Easement East of
36thStreet / Decatur
120 feet
Sewer
Decatur Avenue
north
Avenue Intersection
36th Street
Decatur Avenue
II Schwartz (I
Avenue
Water/Sewer
35th Street
Decatur Avenue
11 Weber I
Street
Water
Hardy Street
35th Street
137th Street I
Water
35th Street
Weber Street
37th Street
then 180
Water
feet south
Weber Street
Maydell Street
33rd Street
Water
34th Street �I
Hampton Street
Weber
Street 1I
Water/Sewer
J
Dixie Street
I Decatur Avenue
Lon
Water
avenue
240 feet south and
Easement east of
170 feet east of the
North 1,050
Weber Street
36th Street / Weber
feet
Sewer
Intersection
170 feet east and 180
Easement north of
feet north of the 3611
West 105
36th Street
Street / Weber Street
feet
Sewer
Intersection
170 feet east and 210
Easement south
feet south of the 36th
West 105
of 36th Street
Street / Weber Street
feet
Sewer
Intersection
Hampton Street I
34th Street
35th Street
Water
160 feet east of the
Easement east of
DecaturAvenue / 34thStreet
Maydell
Sewer
Decatur Street
Street Intersection
Easement west of
295 feet west of the
East Long
Weber Street
Weber Street / 34th
Avenue
Sewer
Street Intersection
Long Avenue II
Weber Street
West 660 �IWater/Sewer
feet
33rd Street l+
Decatur Avenue
' West x feet
Water
Strohl Street
I 33rd Street
Decatur I�Water/Sewer
Avenue
Easement
between Strohl
BNSF Railroad right-
North 700
Street and Hardy
of- way
feet
Sewer
Street
Glendora Street I
Strohl Street
190 feet I
Sewer
east
Easement north of
460 feet south and
BNSF Railroad
180 feet east of the
Northeast
Sewer
right -of- way
Glendora Street/Strohl
430 feet
Street Intersection
In addition to the contract amount, $264,585.00 (Water: $143,210.00; Sewer: $121,375.00) is required for
project management, real property acquisition, utility coordination, and material testing. This project will
have no impact on the Water Department's operating budget when completed. The sewer component of
the project is part of the Water Department's Sanitary Sewer Overflow Initiative Program.
It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of
within the annual budget ordinance, as projects commence, additional funding needs are identified, and to
comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's
portion of the City of Fort Worth's Fiscal Years 2023-2027 Capital Improvement Program, as follows:
60WSSC22WSMM-MAS
Capital project FY2023 CIP Budget Revised
Fund Name Appropriations Change (Increase/Decrease) FY2023
Name Authority Budget
W&S I104609 $0.00 This M&C $772,961.00LT772,961.00
Capital W/SS ' l
f
66002---
Fund IlRepl Contractl 2022 WSM-M l
Funding is currently available in the Unspecified -All Funds project within the Water & Sewer Capital
Projects Fund for the purpose of funding the W/SS Repl. Contract 2022 WSM-M project.
Appropriations for Water and Sanitary Sewer Replacement, Contract 2022 WSM-M, are as depicted
below:
Fund Existing Additional Project
Appropriations Appropriations Total
W&S Capital
Projects - Fund $0.00 $772,961.00 $772,961.00
56002
Project Total $0.00 $772,961.001 $772,961.00
*Numbers rounded for presentation purposes.
BUSINESS EQUITY OFFICE: MAS Consultants, LLC., is in compliance with the City's Business Equity
Ordinance by committing to 78 percent MWBE participation on this project. The City's MWBE goal on this
project is 10 percent. Additionally, MAS Consultants, LLC., is certified MBE firm.
The project is located in COUNCIL DISTRICT 2 and FUTURE COUNCIL DISTRICT 2.
FISCAL INFORMATION 1 CERTtFICATION;
The Director of Finance certifies that funds are available in the Unspecified -All Funds project within the
W&S Capital Projects Fund, and upon approval of the above recommendations and adoption of the
attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the WISS
Repl Contract 2022 WSM-M project to support the approval of the above recommendations and execution
of the engineering agreement. Prior to any expenditure being incurred, the Water Department has the
responsibility of verifying the availability of funds.
FUND IDENTIFIERS (FIDs):
TO -
Fund Department �ccount Project Program ctivit Budget Reference # mount
-I ID I ID I g _ r YI Year _�_ (Chartfield 2)
FROM _
Fund De artment ccount Project lPrograml ctivit Bud et Reference # I mountp ID ID y Year J (Chartfield 2)
CERTIFICATIONS:
Submitted for City/ Manager's Office by, Dana Burghdoff (8018)
Originating Department Head: Chris Harder (5020)
Additional Information Contact:. Abolfazl Zakersalehi (8695)
ATTACHMENTS
1. 60WSSC22WSMM-MAS MalLpdf (Public)
2. 60WSSC22WSMM-MAS Compliance Memo.pdf (CFW Internal)
3. 6OWSSC22WSMM-MAS FID Table (WCF 04.24.231.xisx (CFW Internal)
4. 60WSSC22WSMM-MAS.docx. (CFW Internal)
5. Form 1295 CFW 104609 001.pdf (CFW Internal)
6. MAS Consultants.pdf (CFW Internal)
7.ORD.APP 6OWSSC22WSMM-MAS 56002 A023(r2).docx (Public)
8. PBS CPN 104609.pdf (CFW Internal)
60WSSC22WSMM-MAS FIA Table
2 56002 0600430 4956001 UNSPEC 1 2023 ($443,934.00)
2
56002
0600430
104609
2023
$443,934.00
2
56002
0600430
UNSPEC
I 2023
($443,934.00)
2
56002
0700430
4956001 104609
2023
$329,027.00
2
56002
0700430
4956001 UNSPEC
2023
(5329,027.001
2
56002
0700430
104609
2023
$329,027.00
2
56002 I
0700430
UNSPEC
2023
($329,027.00)
2
56002
0600430
4956001
UNSPEC
UNSPEC
9999
$443,934.00
2
I 56002
0610430
4956001 I
104609
001730
9999
(5443,934.00)
2
I+� 56002
0600430
4956001 I�j
UNSPEC
UNSPEC
9999
$329,027.00
2
56002
0700430
4956001
104609
001730
9999
($329,027.00)
2
56002
0600430
4956001
104609
001730
9999
(5443,934,00)
2
56002
0600430
5110101
104609
001730
9999
$48,825.00
Water Staff Cost
2
56002
0600430
5550102
104609
001730
9999
$4,000.00
Public Outreach
1
56002
0600430
5330500
104609
001730
9999
$300,724.00
Contract
2
56002
0600430
5310350
104609
001770
9999
$2,500.00
Utility Coordination
2
56002
0600430
5330500
104609
001784
9999
$55,335.00
Soil Lab Consultant
If 2
56002
0600430
5310350
104609
001784
9999
$32,550.00
Soil Lab TPW Staff
2
56002
0700430
4956001
104609
001730
9999
($329,027.00)
2
56002
0700430
5110101
104609
001730
9999
$39,375.00
Water Staff Cost
1
56002
0700430
5330500
104609
001730
9999
$207,652.00
Contract
2
56002
0700430
5710010
104609
001740
9999
$60,000.00
Easement Acquisition
2
56002
0700430
5110101
104609
001740
9999
$10,000.00
Easement Acquisition
2 56002 0700430 5330500 104609 001740 9999 $5,000.00 Easement Acquisition
2 56002 0700430 5740010 104609 001780 9999 $5,000.00 Easement Acquisition
2 56002 0700430 5310350 104609 001770 9999 $2,000.00 Utility Coordination
104609