Loading...
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