Loading...
HomeMy WebLinkAboutContract 59598CSC No. 59598 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 ("C1TY"), and Kimley-Horn and Associates, Inc. authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Southeast Connector-- Project No. 104513. 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. $557,800.00 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 Vl. 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 Southeast Connector Standard Agreement for Engineering Related Design Services 104613 Revised Date: November 23, 2021 OFFICIAL RECORD Page 1 of 15 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 costlexecution effects are not the responsibility of the ENGINEER. City of Fort Worth. Texas Southeast Connector Standard Agreement for Engineering Related Design Services 104513 Revised Dale: Novernber 23, 2021 Page 2 of 16 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 Soulheasl Connector Standard Agreement for Engineering Related Design Services 104613 Revised Date: November 23, 2021 Page 3 of 16 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. City of Fort worth. Texas Southeast Connector Standard Agreement for Engineering Related Design Services 104513 Revised Qate: 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 Southeasl Connector Standard Agreement for Engineering Related Design Services 104513 Revised Date: November 23, 2021 Page 6 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 respondeaf 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. Q. 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 Southeast Connector Standard Agreement for Engineering Related Design Services 104513 Revised Dale: 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 Southeast Connector Standard Agreement for Engineering Related Design Services 104513 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 Southeast Connector Standard Agreement for Engineering Related Design Services 104513 Revised Date: 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 Vli 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 Fort Worth, Texas Southeast Connector Standard Agreement for Engineering Related Design Services 104513 Revised Date: November 23, 2021 Page 9 of 16 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 Southeast Connector Standard Agreement for Engineering Related Design Services 104513 Revised Date: November 23, 2021 Page 10 of 16 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 mold 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 Southeast Connector Standard Agreement for Engineering Related Design Services 104513 Revised Dale: 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 Worih, Texas Southeast Connector Standard Agreement for Engineering Related Design Services 104513 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. Ctly of Fort Worth, Texas Southeast Connector Standard Agreement for Engineering Related Destgn Services 104613 Revised Date: November 23, 2021 Page 13 of 16 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 Southeast Connector Standard Agreement for Engineering Related Design Services 104613 Revised pale: November 23, 2021 Page 14 of 16 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 Dom rGbl'ahk# Dana Burehd off Uu' 12. 20231A:44 CDT) Dana Burghdoff Assistant City Manager Date: J u n 12 2023 44�onn a p a FORTS �O°°°° °° o0�dd oad ATTEST: o * o°° _ 0 4 nexps4aa Jannette S. Goodall City Secretary APPROVAL_ RECOMMENDED: chrisfoohej, Haider By:Christopher Harder (Jun 8, 202313:08 CDT) Chris Harder, P. E. Director, Water Department APPROVED AS TO FORM AND LEGALITY A 1 By:DBlack (Jun 12, 202317:18 CDT) Douglas W Black Sr. Assistant City Attorney Contract Compliance Manager: BY: ENGINEER Kimley-Horn and Associa+ns, Inc, 411.P 'e• kins, P. E. Vice President Date: 6/06/2023 M&C No.: 23-0413 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. John Kasavich, P.E. Project Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Southeast Connector Standard Agreement for Engineering Related Design Services 104513 Revised Date: November23, 2021 Page 15 of 16 ATTACHMENT A DESIGN SERVICES FOR SOUTHEAST CONNECTOR PROJECT CITY PROJECT NO.: 104513 ATTACHMENT A Scope for Enpineerina and Proiect Manaaement Related Services DESIGN SERVICES FOR SOUTHEAST CONNECTOR (1-20 FROM FOREST HILL DR. TO PARK SPRINGS BLVD.,1-820 FROM 1-20 TO BRENTWOOD STAIR RD., AND US 287 FROM BISHOP ST. TO SUBLETT RD.) PROJECT CITY PROJECT NO.:104513 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. WORK TO BE PERFORMED PROJECT DESCRIPTION: The ENGINEER will also assist the CITY with project management related services associated with the TxDOT Southeast Connector Project (SE Connector). The ENGINEER will assist the CITY with the design review, coordination, facilitation, operation and relocation of CITY owned infrastructure impacted orpotentially impacted by the NTE construction projects. Task 1. Program Management (12-months) Task 2. Conflict Analysis (12-months) Task 3. Construction Support Services (9-months) Task -1 Program Management (12-months) 1.1. Project Administration: A. 13DE Reporting: Complete monthly MIWBE report forms for the City. Submit MIWBE change forms as necessary for any changes in MNVBE status. B. Monthly Invoices: Prepare monthly invoices that meet the CITY Invoice format requirements. C. Deliverables: 1. Monthly BDE Reports to CITY 2. Monthly Invoices to CITY D. Process Payments to Developer: 1. Conduct and document meeting with CITY and Developer to discuss and create payment process protocol. 2. Develop standard invoice and backup material in accordance to the CITY's and Developer's requirements. City of Fort Worth, Texas Attachment A PMO Release Date: 07,23.2012 Page 1 of 6 ATTACHMENT A DESIGN SERVICES FOR SOUTHEAST CONNECTOR PROJECT CITY PROJECT NO.:104513 3. Conduct and document verification meeting with CITY and Developer regarding the standard invoice and backup material. 4. Monthly invoice and backup material: Prepare monthly invoices and backup material to meet Developer format requirements. 1.2. Meetings: A. Semi -Monthly CITY Progress Meetings (two times per month): Prepare for, conduct and document semi-monthly project update meetings with the CITY project manager and other CITY staff as required. B. Weekly Developer Progress Meetings: Prepare for, conduct and document semi- monthly project update meetings with the Developer and CITY project manager and other CITY staff as required. C. Stakeholder Meetings: Prepare for, conduct and document stakeholder meetings with CITY and appropriate stakeholders along the 1-35W corridor as required over this contract period. D. Deliverables: 1. Meeting notes and action items for each attending party from each meeting. 1.3. Roadway, Water and Sanitary Sewer Conflict Issue Resolutions: A, Coordination with CITY regarding conflicts between the future roadway infrastructure and the CITY's water and sanitary sewer infrastructure that creates a service interruption that the CITY deems not in their best interest therefore warranting a potential realignment of the roadway to avoid the conflict with the water and/or sanitary sewer infrastructure. B. Coordination with Developer and/or TxDOT regarding conflicts between the future roadway infrastructure and the CITY's water and sanitary sewer infrastructure that creates a service interruption that the CITY deems not in their best interest therefore warranting a potential realignment of the roadway to avoid the conflict with the water and/or sanitary sewer infrastructure. C. Deliverables: Meeting notes and action items for each attending party from the coordination efforts. Task - 2 Conflict Analysis (12-months) 2.1. Schematic Review: Review proposed TxDOT ROW maps and proposed roadway alignment schematics as compared to the existing CITY water and sanitary sewer maps. Identify potential conflicts between proposed TxDOT ROW, proposed roadway, water and sanitary sewer utilities. 2.2. Site Visits to Conflict Areas: After conflict identification, perform site visit to obtain additional information not shown on maps and schematics. 2.3. Utility Conflict Plan Set Reviews: A. Assist CITY with conflict plan set review. City of Fort Worth, Texas Allachment A PIAO Release Date: 081.2014 Page 2 of 5 ATTACHMENT A DESIGN SERVICES FOR SOUTHEAST CONNECTOR PROJECT CITY PROJECT NO.: 104519 1. Review 30%, 60%, 90%, and 100% plan sets. 2. Develop comment logs for each submittal. 3. Keep record of submittals and review schedules. 2.4. Deliverables: A. Conflict review logs (30%, 60%, 90%, and 100% plan sets). B. One full or half size plan markups for each submittal. 2.5. Meetings: A. Attend additional meetings outside of scheduled bl-weekly meetings to resolve any conflicts that may arise and need to be addressed at a separate meeting. B. Coordinate decisions that are made outside of the scheduled bi-weekly meetings with Contractor, City staff, and any other stakeholders. Task - 3 Construction Support Services (9-months) 3.1. Construction Support Services: Provide professional construction phase services for construction of the proposed project for the purpose of providing assistance to CITY during construction. The CITY will provide construction management services and inspection for the project. This scope of services does not include construction phase services related to inspections or testing, applications for payment, disagreements between the CITY and the Developer or their subcontractors, or determination of substantial completion. The following services will be performed for the construction contract of utility relocations during the contract period: A. Preconstruction Meeting: 1. Attend a preconstruction conference for each relocation project. B. On -site Observation: 1. Make Site visits at intervals as directed by CITY in accordance with the construction period in order to observe the progress of the Work. Such visits and observations by ENGINEER are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER'S exercise of professional judgment. Based on information obtained during such visits and such observations, ENGINEER will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep CITY informed of the general progress of the Work. 3. The purpose of ENGINEER'S site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, City of Fort Werth, Texas Atlachment A PMO Release Date: 06.1.2014 Page 3 of 5 ATTACHFAENT A DESIGN SERVICES FOR SOUTHEAST CONNECTOR PROJECT CITY PROJECT NO.: 104513 techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents, C. Progress Meetings: 1. Attend progress meetings based on the construction period and visit the site for observation at that time. D. Shop drawing, samples and other submittals Review: 1. Review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. 2. Such review, approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs and shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. 3. Log all shop drawings, samples and other submittals. E. Substitutions: 1. Evaluate and determine the acceptability of up to three (3) substitute or "or -equal" materials proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of the state or the CITY. F. Request for information (RFI): Provide necessary interpretations and clarifications of contract documents, and make recommendations as to the acceptability of the work. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. G. Final Project Walk Through: 1. Attend the "Final" project walk through and assist with preparation of final punch list. Attend One (1) final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents 2. ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. ENGINEER shall not have the authority or responsibility to stop the work of any Contractor 3.2, Review of Closeout Documents: City of Fort worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 5 ATTACHMENT A DESIGN SERVICES FOR SOUTHEAST CONNECTOR PROJECT CITY PROJECT ND,. 104513 A. The ENGINEER will review the Developer's closeout documents for each conflict package for compliance with the City's standard requirements for project closeout. B, The Developer will prepare Record Drawings for this project. 1. The ENGINEER will review and comment on Developer's Record Drawings for compliance with the City's standard requirements for Record Drawings. 3.3. Deliverables: A. Nine (9) Progress Meeting Agendas and Notes B. Responses to Contractor's Requests for Information C, Review of Closeout Documents City or Fort worth, Texas Allachmenl A PMO Release Date: 08.1.2014 Page 5 of 5 EXHIBIT °B-1" ENGINEER INVOICE (Supplement to Attachment B) Design Services for Southeast Connector City Project No. 104513 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $657,800.00 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 Worths 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. ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees ` Firm Primary Responsibility Prime Consultant Kimley-Horn and Project Management Associates, Inc. Proposed MB1=ISBE Sub -Consultants Gorrondona & Survey and Easements Associates, Inc. The Rios Group Subsurface Utility Engineering Non-MBEISBE Consultants I Fee Amount I % $527,800 I 94.6% $10,000 1.8% $20,000 3.6% TOTAL I $557,800 100% Project Number & Name Total Fee MWBE Fee MWBE % CPN 104513 - Southeast $557,800 $30,000 5.4% Connector Proiect City MWBE Goal = 5% Consultant Committed Goal = 5.4% EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) lnsert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of tort Worth, Texas Attachment t3 Revised Date: 1121912022 Page 3 of 3 14M Exhibit 5-1 Invoice Professional Services Invoice Project Manager: IJohnKasavich Summary Project: 'SE Connector City Project T: 1104513 City Sec Number: Supplier Instructions: Fill in green calls including Invoice Humber. From and To Dates and the included worksheets. Company Name: l c nley-Hum and A-=t ates. Inc, I When your Invoice is complete, save and dose, start Su=aw and Add your invoice to the Consultant folder within ProjacV:; folder. Supplier's PIVI: earl T. DeZee, P.E. email: rarl.dezoo(nkimloy-hom.com Supplier Invoice."-{ Office Address 601 Cherry StreeL Unit 11. suite 1300. Fort Worth, TX 76102 Payment Request#: Telephone: B17-335.6511 Service Date:From Fax: Service Date:To Invoice Date: Remit Address: P.C. Box 95156o, Dallas. TX 75395- 1540 Agreement LTD Agreement Amendment Amouatto Completed Percent ($) Invoiced Current Remaining Sheet FID and Work Type Description Amount Amount Date Amount Spent Previously Invoice Balance Work Type Water $278,900.00 S278,900.00 5278,900.00 Work Type sewer S278,900.00 S278,900.00 S21r8.900.00 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Totals This Invoice S557.800.00 S557, 600.00 s557e00.00 Overall Percentage Spent: Professional Services Invoice Project: SE Connector City Project,: 104513 Work Type Desc: lWater FID: City Sec Number: Purchase Order: I Name: Kimley-Horn and Associates. Inc, Suppliers PM: Carl T. DeZec, P.E. Supplier Invoice m: Can T. oeZea, P.E Payment Request m: Service Date:From Service Date:To Invoice Date: Pay Items Description 30 - Water Desigr Totals This Unit: Exhibit 3-1-1nvoi:e Project Manager. John Kasavlch Supplier Instructions: Fill in green cells including Percent Complete and Invoked Previously Quanitir When your Invoice is complete, save and close, start Suraw and Add your invoim to the Consultant folder within Project's folder, email: carLdo<eerakimloy-homcom Office Address 801 Cherry Streat, Unit 11. Suito 1300, Fort Worth. TX 76102 Telephone: 817-335-6511 Fax: Remit Address P.C. Box 951560, Callas, TX 75395 - 1640 Agreement LTD Agreement Amendment Amendment Amountto Completed Percent ($) Invoiced Current Remaining Amount Number Amount Date Amount Spent Previously Invoice Balance S276.900.00 I S278.900.CC: $278.900.00 � I � I S278 900.00 S278 900.00 Overall Percentage Spent: S278.900.00 Professional Services Invoice Project: SE Connector City Project 104513 Work Type Desc: JSevver FID: I City Sec Number. Purchase Order Company Name: per om andA :ae a;es. inc Supplier's PM: Carl T. DeZee, P.E. Supplier Invoice Payment Request Service Date:From Service Date:To Invoice Date: Pay Items 30 - Sewer Desion I Description Totals This Unit: Project Manager. JoNi Kasavich Supplier lnstructionr. I! Fill in green cells including Percent Complete and Invoiced Previously Quanitios When your invoice is complete, saw and clo5a, start SU=52W and Add your invoice to the Consultant folder within Project's folder. email: carLde oe@kinday-hcm.com Office Address: 501 Cheny Street, Unit 11. Sci:c 1300. Fon Wan, TX 7 5102 Telephone: 817-335.6511 Fax: Remit Add ress: P.O. Sox 951560, Dallis, TX 75395 - 1640 Agreement LTD Agreement Amendment Amendment Arnountto Complete Amount Number Amount Date Amount 5278.900.00 I I I I I I S278 900.00 I I I I $778 900.00 � I I I I 5278.900.00 Overall Percentage Spent: Percent ($) Invoiced Current Remaining Spent Previously Invoice Balance 5275.9JJ 00 $278 900 C0 EXHIBIT B-2 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Southeast Connector City Project No, 104513 - Labor(nours) Expense Task No, Task Description Senior SeniorsiSupport Total Labor Subconsultant Professional Analyst Travel f Total Expense Task Sub Professional 8 Professional I Staff Cost MWBE Non-MWBE Markup Reproduction f Cost Total rare $350.00 I $330,00 5275.00 5230.00 $135.00 Fees I Permitting 1.0 -IProject Management I DI 345 3" 0 5212,300 SO SO So $O- $0- 521z300 1.1 Project Adrntn I I I so so s0 11A BDE Reporting 1 121 121 121 $s,900 I so 58,900 1.1.3. Invoking I I I I I s0 1 I $0 s0 1,1_C. Prepare Monthly Prc7ess Reports 1 121 121 1 121 $8.9DO I I 50 58.900 1.1.D. Process Payments t5 Developer 1 241 241 1 f 514,600 I I ( $0 514,600 1.2 comet inlcauons ana Re rung I I I I i $0 I I I so So 1.2A City Progress MeeungS (21rL) I 481 481 1 529,100 I I I SO 529,100 12.8. Developer Progress Meetings I 96I 961 I $58,100 I I I I SO $58,100 (4lmonth 1C. 2. Stakes Ider Meetings I I II II 55,500 I 1 1 1 So $5.500 1.3 Roadway. Water and Sanitary Sewer I I 1441 1" I I 587,200 I I Sol 587.20D Confict Issue Resolutions 2.0 lconflictAi of 2561 256 of Di $154,400 Sol Sol $o Sol Sol $154.400 2.1 lI,35YVScM0r&tcReview I I I I I 1 501 I I 1 Sol $DI 22 ISite visits I I 12DI 1201 1 1 $72,6001 I I 1 $oi 572.600, 23 Utility Conflict Plan Set Reviews 1 I 1201 1201 1 1 ST2,6001 I I S01 572600I 2-44 iscellaneous Survey� (see Task 4) 1 + I 1 1 so I 1 1 $01 s0. 2.5 IMiscallansousSUE (see Task 4) 1 I 1 1 1 Sol I I I Sol soi ze 1 I 5 5 1 1 53,1001 1 1 1 Sol 53,1001 2.7 PDeliverables eeengs 1 i 10 10 1 1 $6.100� I I I Sol $6.100 3.0 1`contWctionSupport Services D Zzo 220 of of $133.1001 Sol Sol Sol $800 $800 $133,900 3.1 '4onstructlon Support Services I 180 i8d I 1 $108.9001 SD1 5800 5800 5109.700 32 R®view ofClosecutDocuments 1 201 201 1 I 512,1D01 , ' I So $12,100 3.3 Deliverables 1 20 20 1 $12.1001 1 1 1 SO $12.100 4.0 Survey d, Subsurface Utility Eng. 1 0 401 40I 0 Ol $24,200; S30,ODol Sol 53,0001 So 53310001 $57.200 4.1 Easement Research l 20 20I 1 $12.1 DOI $10,0001 I 51,D00 l 511,OOO1 523,10D 42 Subsurface Utility Engineering 1 201 20 1 $12,1001 $20,000I 52,000 I $22,0001 534,100 0 8601 esol 0 24 5524,000j 530,000j so� $3,000 Satiol 533,300; 5557,300 (A) Total Fee 5557,800 (B) Survey Fee 523,100 (C) Total Fee (-) survey Fee 5534.700 I Water Fee (50% of C) I Sewer Fee (50% of C) 1 f $267.350.00 I S26I,350.00 4 Project Summary Total Hours 1.744 Description WP Water Sewer Total labor 5524.D00 Conceptual Design (30%) 31 SaO.205.00 580.205.00 Total "rise S33,B00 I Preliminary Design (60%) 32 5160.410.00 s150,410.Do MWBE Subconsultant 530.000 I Final Design (10%) 33 526,735.00 526,735.00 Non-MWBE Subconsultant SO I survey 51 $11.550.00 511.550,00 MWBE Participation 5.4% I I Subtotal 5278.900,00 I I 5278.900XI) I Total 5557,800.00 I City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Releaso Date: 8.09.2012 1278/2022 Page 1 of 1 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for SE Connector City Project No. 104513 NO CHANGES City of Fort Wodh, Texas Attachment C PMO Release Date; 05.19.2010 Page I of Attachment D - CPN 104513 Southeast Connector 0-20 from Forest Hill Dr. to Park Springs Blvd., 1-820 from 1-20 to Brentwood Stair Rd, and US 287 from Bishop St to Sublett Rd.) Project ID ID Task Name Duration Star,. Finish Predecessors i%Complete Z023 12024 Ant— Fnhno, March A-il May June July Aueu^. ieptembe October VovembOcccrnbci January February 1 1 SE Connector Z61 days Wed 2/1/23 Wed 1/31/24 0% , 2 2 Notice to Proceed 1 day Wed 2/1/23 Wed 2/1/23 O% 3 3 Project Management 26C days Thu 2/2/23 Wed 1/32/24 Z 0% + 4 Project Admin 260 days Thu 2/Z/Z3 Wed 1/31/24 0% , ■ 5 5 Kickoff Meeting with City 1 day Thu 2/2/23 Thu 2/2/23 0¢/ 6 6 Data Collection 10 days Thu 2/2/23 Wed 2/15/23 0% 7 7 Prepare Subconsultant 10 days Thu 2/2/Z3 Wed 2/15/23 0% # Contracts Process Payments to 260 days Thu 2/2/23 Wed 1/31/24 0% �I, + I, . I „■,I . , I I . ■ ... , ,. I,■ ,.�■■■...,,.■_..+ �$ Developer 9 9 Meetings 260 days Thu 2/2/23 Wed 1/31/24 0% ■ a 10 City Progress Meetings 26C days Thu 2/2/23 Wed 1/31/24 0% +I,.r .� . .', •I • ■ • I I I —, 11 11 Weekly Developer 260 days Thu 2/2/23 Wed 1/31/24 0% .ul+..■■ r �.■I. ,■�rr■�IrrW■rr1 Progress Meetings �r 0% --�- 12 12 Stakeholder Meetings 260 days Thu 2/2/23 Wed 1/31/24 II■ram I. I■■II. , llr■una.■.L■ar- 13 13 Conflict Issue Resolution 260 days Thu 2/2/23 Wed 1/31/24 0% ,� ■ 14 14 City Coordination 260 days Thu 2/2/23 Wed 1/31/24 0% I . , .. I , 11 - ■ u rr.+r. ,■ ..Il 15 15 Developer Coordination 260 days Thu 2/2/23 Wed 1/31/24 0% ■ ■� Y■ .+■ . L,. . Y, -- — - -- — 16 16 Conflict Analysis 17 Schematice Review 18 Site Visits 19 Utility Conflict Plan Set Reviews 260 days 20 days 260 days 260 days Thu 2/2/23 Thu 2/2/23 Thu 2/2/23 Thu 2/2/23 Wed 1/31124 2 Wed 3/1/23 Wed 1/31/24 Wed 1/31/24 17 18 19 20 120 Plan Set Review Meetings 260 days Thu 2/2/23 Wed 1/31/24 21 !21 Construction Support Services 197days TueS/2/Z3 Wedl/31/Z4 22 22 Construction Support Services 23 23 Closeout Documents Task Project: SE Connector split Date: Thu 12/29/22 Milestone Summary 197 days Tue 5/2/23 Wed 1/31/24 88 days Mon 1C/2/23 Wed 1/31/24 1■■�■I■■Nohow Pmjectsummary .IL., L.I..,I,IIInaRivc Task ♦ IrwRivc Milcton¢ Inactly¢ summary 0% 0% - -" - C Manual Task OuraSon-only Manual summary Rotup Manual Summary Page 1 11 ■ , II I _ _ _ ■— , ■ �Ill li Y 11 Y 1■r��ll i Start -only r DeadGne + Finish -only - :rogr¢ss - - External Tasks Manual ftq - External Milestone ATTACHMENT E N 11011(aut�{lhlr•:"—,," �Er.F4NT-' �I1tl 11 91Irinn ..........HARM LITTOV Ncj r �r I ? iRAM_ EYA)E VI Mm �'�FORtDESST� � —% o Q z�``,TQ ' tl � :►i l .� ���` + �i►h IN V .a����.ill ORYS &.•- d w PINSONST � ��� dr0:v - IW, a ..� 'l r_ L'015ST.., � � �, TURNER T t � �`� � IW� A, � la �uuw � r� L171E�11b� Jill REEDST 'Ov1RGl O x INTERSTATE HIGHWAY 820�` 4'} �E�ISTLANDST SOUTHEAST CONNECTOR-'1 QUA N _yHARDEMANSTel ��� slNl - HARDEM��AyyNST ill sy WILBARGERST� PI�ER10EAVEj. �: ��I ' Il '��•'- ', 1 F��-1:- , `` Lam- J i.'� /' '* I'^} FAIRLYANEAVE 1�� ' 27Vi#t4�.. v`I rd�'';� �� i�►fi +_ . } .� C4KE`ARLINGTONI o - MARTINST Z f� T E KELI:lSS . 1MARTINST J <.Vj _ J w "DAVIT SST ZICKI11 NDRD -A' O J 4 LU Z f , ' L[FESTYLECIR IL �RLYST� T 0 4i1` _ r. •�� r �. �.J ��FFs� ...7-�t' �f O -` RICHARD57 � � :.... \ u. r�,.�...ai..,..•, m ,'` ,;ti i �11� �RSTATE+20kF,WY WrlN�E `,�` ,F . ' ^r ''•ram.. S.r•' _. � � 5 .r-�9'- .,.,,� *�f" '"s• si t. -r �rt ALI 11111 Sri WATER LINE CONFLICT „ dDAL QRTWORT �`- `� �a ' j, I' 7 SEWER LINE CONFLICT _ r,ti ' , -,r•, tia�iMr�r fir' ATTACHMENT "F" CERTIFICATE OF INSURANCE SE Connector City Project No, 104513 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, May 23, 2023 LOG NAME: 60SECONNECTOR-KHA REFERENCE NO.: **M&C 23-0413 SUBJECT: (CD 8 / Future CD 8) Authorize Execution of Engineering Agreement with Klmley-Horn and Associates Inc., in the Amount of $557,800.00 for the Southeast Connector Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an engineering agreement with Kimley-Horn and Associates, Inc. in the amount of $557,800.00 for the Southeast Connector project; and 2. Adopt the attached appropriation ordinance increasing receipts and appropriations in the Water & Sewer Capital Projects Fund in the amount of $937,800.00, from available funds, for the purpose of funding the Southeast Connector project (City Project No. 104513) to effect a portion of Water's contribution to the Fiscal Years 2023-2027 Capital Improvement Program. DISCUSSION: Texas Department of Transportation (TXDOT) entered into an Agreement with South -Point Constructors (SPC) to identify and construct highway improvements in southeastern part of Tarrant County including portions of the Interstate Highway IH-20W, IH-820, and US 287 corridors within the City. TXDOT and SPC control the schedule timeline, the scope, and the total cost of this project. These improvements affect the City's water and wastewater infrastructure which must often be relocated. This Mayor and Council Communication (M&C) Is to authorize the execution of an engineering agreement with Kimley-Horn and Associates, Inc. in the amount of $557,800.00 for design oversight and construction support services as SPC proceeds with the highway project. The proposed scope of services consists of: • Project management; • Plan reviews of drawings provided by the contractor or other engineers; • Construction support services including attend preconstruction meetings, on -site observations, construction progress meetings, and shop drawing reviews; • Project meetings with the City, stakeholders, contractors, other consultants, and citizens; and • Conflict analysis along iH-20W, IH-820, and US 287. Kimley- Horn and Associates, Inc., proposes to perform the necessary services for a fee not to exceed $557,80D.00. In addition to the contract amount, $380,000.00 (Water: $190,000,00; Sewer: $190,000.00) Is required for project management and Inspection. SPC will reimburse the City for this agreement and future amendments on the project in accordance with SE Connector Public Utility Accommodation Agreement (PUAA). This project will have no impact on the Water Department operating budget when complete. It is the practice of the Water Department to appropriate its Capital Improvement Program (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: 60SECONNECTOR-KHA Capital Project FY2023 CIP Authority Budget Revised `� Fund 11 Name I1Appropriations I II Change 11 FY2023 Name (Increasel Budget Decrease) Fund 104513 56402 _ Southeast — W&S Connector $0.00 This M&C $937,800.00 $937,800.00 Capital Project Projects Funding for the Southeast Connector project is depicted below: Fund Existing (Additional Appropriations Project Total* Appropriations W&S Capital Projects $0.00 $937,800.00 $937,800.00 � - Fund 66002 Project $0.00 Total $937,800.00 $937,800.00 *Numbers rounded for presentation purposes. Funding is available in Water Department's Unspecified -All Funds project within the Water & Sewer Capital Projects Fund for the purpose of funding the Southeast Connector project. Business Equity: Kimley-Horn and Associates, Inc., is in compliance with the City's Business Equity Ordinance by committing to five percent MWBE participation on this project. The City's MWBE goal on this project is five percent. This project is located in COUNCIL DISTRICT 8 and FUTURE COUNCIL DISTRICT 8. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are currently 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 Southeast Connector project to support the approval of the above recommendations and execution of the contract. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO IFund l Department jAccountl Project IProgram�Activity� Budget Reference # r mount � ID II ID `` II Year (Chartfield 2) FROM Fund Department ccoun Project ctivity Budget Reference # mount k l ID ID JProgram I Year ` (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Dana Burghdoff (8018) Ortgtnating Department Head: Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 60SECONNECTOR MAP.pdf (Public) 2. 60SECONNECTOR-KHA Complianco Memo.pdf (CFW Internal) 3. 60SECONNECTOR-KHA Form 1295.pdf (CFW Internal) 4. 60SECONNECTOR-KHA funds availabilitvpdf (CFW Internal) 5. 60SECONNECTOR-KHA SAM.rndf (CFW Internal) 6. 60SECONNECTOR-KHA Undated FID.xlsx (CFW Internal) 7.ORD.APP 60SECONNECTOR-KHA 56002 A023(r3).docx (Public) B. PBS CPN 104513.ndf (CFW Internal) 9. Res.60SECONNECTOR-KHA.doex (Public) 60SECONNECTOR-KHA FED Table 2 and 3) 56002 0600430 2 and 3) 56002 0600430 2 and 3) 56002 0600430 2 and 3) 56002 0700430 2 and 3) 1 56002 1 0700430 5XXX) C UNSPEC 4956001 104513 5XXX) X 104513 4956001 104513 SXXXX X 1 104513 2023 2023 2023 2023 2023 (S937,800.00) ($937,800.00) $468,900.00 $468,900.00 $468,900.00 $468,900.D0 56002 56002 56002 56002 0600430 0600430 0700430 0600430 4956001 4916001 4956001 4956001 104513 UNSPEC 104513 UNSPEC 001730 UNSPEC 001730 UNSPEC 9999 9999 9999 9999 ($468,900.00) $468,900.00 1 ($468,900.D0) $468,900.00 - • Dept # Account Project• - - 56002 0600430 4956001 104513 001730 1 9999 ($468,900.00) 1 56002 0600430 5330500 104513 001730 9999 $278,900.00 Contract 2 and 3) 56002 0600430 5710010 104513 001740 9999 $80,000.00 Easement Acquisition 2 and 3) 56002 0600430 5110101 104513 001740 9999 $10,000.00 Easement Acquisition 2 and 3) 56002 0600430 5330500 104513 001740 9999 $5,000.00 Easement Acquisition 2 and 3) 56002 0500430 5740010 104513 001780 9999 $5,000.00 Easement Acquisition 2 and 3) 56002 0600430 5110101 104513 I 001730 9999 I $40,000.00 lWater Staff 2 and 3) 56002 0600430 5310350 I 104513 II 001784 1 9999 1 1 + $2,000.D0 ISoil Lab TPW Staff 2 and 3) 56002 0600430 5330500 104513 001784 9999 $8,000.00 ISoil Lab Consultant 2 and 3) 56002 0600430 5110101 104513 001785 999.9 { $40,000.00 lWater Inspection Staff 56002 I 0700430 4956001 104513 001730 9999 I ($468,900.00) 1 56002 0700430 5330500 104513 001730 9999 $278,900.00Contract 2 and 3) 56002 0700430 5110101 104513 001730 9999 $40,000.00 Water Staff and 3) 56002 0700430 5710010 104513 001740 9999 $80,000.00 Easement Acquisition `2 2and 3) 56002 0700430 5110101 104513 001740 9999 $10,000.00 Easement Acquisition 2 and 3) I 56002 0700430 5330500 104513 001740 9999 $5,000.00 Easement Acquisition 2and 3) 56002 0700430 5740010 104513 001780 9999 $5,000.00 Easement Acquisition 2 and 3) I 56002 0700430 S310350 1 104513 001784 1 9999 I $2,000.00 Soil Lab TPW Staff 2 and 3 56002 0700430 5330500 104513 001784 9999 $8,000.00 Soil Lab Consultant 2 and 3) 56002 0700430 5110101 104513 002785 9999 $40,000.00 Water Inspection Staff