Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 59647
CSC No. 59647 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 Lockwood, Andrews & Newnam, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: 2022 Bond Year 3 Contract 14 — Project No. 104315. 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 $575,208.00 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 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 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 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 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 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 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. City of Fort Worth, Texas 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 Revised Date: November 23, 2021 Page 4 of 15 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 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 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 respondent 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 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 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 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 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 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 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 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 Fort Worth, Texas 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 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 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 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. 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 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 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 City of Fort Worth, Texas 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 Revised Date: November 23, 2021 Page 12 of 15 ENGINEER acknowledges that in accordance with Chapter 2274 of the 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 City of Fort Worth, Texas 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 Revised Date: November 23, 2021 Page 13 of 15 same instrument. 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 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 William Johnson(J22,202315:44 CDT) William Johnson Assistant City Manager Date: Jun 22, 2023 Ilan n pO� pORT���d v�8 �9d0 ado -�v ATTEST: �p�.n.�rx. Ja .bti+�� da4p nEXAao4� Jannette Goodall City Secretary APPROVAL RECOMMENDED: _19)L. By: Lauren Prieur (Jun 14, 202311:39 CDT) Lauren Prieur Director, Transportation and Public Works APPROVED AS TO FORM AND LEGALITY � 1 By:DBlack (Jun 20, 202319:29 CDT) Douglas W Black Sr. Assistant City Attorney City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services Revised Date: November 23, 2021 Page 14 of 15 BY: ENGINEER Lock, Andrews & Newnam, Inc. jolo J n CTReeves (Jun 9, 2023 22:45 GMT+3) Justin Reeves Vice President Date: Jun 9, 2023 17.Trii�ii►�'F�►C.7f►�ii��c�i[�S[�Ic�:� M&C No.: 23-0464 M&C Date: 6/13/2023 2022 Bond Year 3 Contract 14 CPN # 104315 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Tingting Ren, P.E. Project Manager City of Fort Worth, Texas 2022 Bond Year 3 Contract 14 Standard Agreement for Engineering Related Design Services CPN # 104315 Revised Date: November 23, 2021 Page 15 of 15 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 ATTACHMENT A Scope for Enqineerinq Desiqn Related Services for Paving, Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 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. CITY OF FORT WORTH WATER DEPARTMENT WATER AND SANITARY SEWER REPLACEMENT Street CD Water and Sewer Water LF Water Size Sewer Sewer Size Notes: Map No LF Adean St 8 64N 361 8 Beach St, W 8 78A 698 8 716 8 Gilcrest Dr 8 64N 495 8 412 8 Rosemere Ave 8 64N 656 8 633 8 Race St 8 64N 969 8 716 8 Airport Freeway 8 64N 363 8 Airport Freeway 8 64N 838 8 424 8 Wilkinson Ave 8 78E 448 8 Bomar Ave 8 78A 666 8 Taft St 8 78A 623 8 Carter Ave 8 78A 461 8 Alley betw. Carter 8 78A 652 8 & Bomar Beach St 8 64N 939 8 Lancaster Ave 8 78A 481 8 TOTAL Water 7998 LF TOTAL SS 3553 LF City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 1 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 CITY OF FORT WORTH TPW DEPARTMENT PAVING REHABILITATION Street Limits Lane Planned Rehab Limited Full Cross Drainage Miles Procedure Paving Paving Section Analysis Design Design *** **** * ** Adean St. From Gilcrest Dr To 0.25 POL/concrete Rosemere Ave X X Anna St. From Bomar Ave To 0.17 POL/concrete Wilkinson Ave X Beach St. W From Adean St To Race 0.30 POL/concrete St X X Bomar Ave. From Hudson St To 0.28 POL/concrete Beach St X Fairview St. From Noble Ave To 0.17 POL/concrete Airport Freeway X Gilcrest Dr. From Adean St To 0.21 POL/concrete Airport Freeway X X Karnes St. From Noble Ave To 0.08 POL/concrete Airport Freeway X Rosemere Ave. From Adean St To 0.32 POL/concrete Airport Freeway X Watson St. From Barnett St To 0.98 Meadowbrook Drive POL/concrete X X TOTAL 2.76 0.36 2.4 1.74 CITY OF FORT WORTH WATER DEPARTMENT PAVING REHABILITATION Street Limits Lane Planned Limited Full Cross Drainage Miles Rehab Paving Paving Section Analysis Procedure Design Design *** **** * ** Race St Beach St. to Beach St. 0.64 POL X Wilkinson Ave Anna St. to Beach St. 0.17 POL X Bomar Ave Hudson St. to 660-ft 0.25 POL X Taft St Bomar Ave. to Scott Ave. 0.24 POL X Carter Ave Hudson St. to Beach St. 0.17 POL X Beach St Bomar Ave. to Lancaster 0.36 POL X X Lancaster Ave. Anna St. to Beach St. 0.18 POL X TOTAL 2.01 City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 *Limited Design Projects Include: existing typical section, plan and profile sheets with the existing ground labeled as the proposed ground, and permitting requirements if applicable. **Full Design Projects Include: proposed typical section, plan and profile sheets with the proposed ground profile designed, and permitting requirements if applicable. ***Cross Sections Include: proposed cross sections taken at all driveways showing the proposed driveway slope and the limits of the driveways shown in plan view on the paving plan and profile sheets. Streets not selected to include cross sections, shall assume driveway replacement to the ROW line on the plan and profile sheets. ****Drainage Analysis Includes: existing and proposed drainage area maps and drainage computations as detailed in the scope below. CITY OF FORT WORTH STORMWA TER DEPARTMENT PIPE REPLACEMENT Ref. No. Per STMWRT Pipe Planned Rehab Limited Storm Primary Street Secondary Street Assessment 2022 Report Procedure Design* Watson Street Meadowbrook Dr Spot repair: 625 LF P1019517 X from MH004602 *Limited Storm Design Includes: Removal plan view and proposed plan view along with plan note(s) for pipe repairs or inlet replacement; no hydraulic analysis or calculations will be required for pipe repair being shown on plans; no pipe profile will be required on plans. *Note: Stormwater scope is paid by TPW. WORK TO BE PERFORMED This section includes design effort which will be shared between the Water Department and Transportation & Public Works Department. The consultant shall prepare two separate level of effort (LOE) spreadsheets and will provide their fees according to the departments which are responsible for that subtask. • Subtasks showing [Water] shall have all design fees on the Water Department LOE. • Subtasks showing [Water/TPW] shall split the design fees according to effort or sheet count between the two LOEs. • Subtasks showing [TPW] shall have all design fees on the TPW Department LOE. Task 1. Design Management Task 2. Conceptual Design (30%) Task 3. Preliminary Design (60%) Task 4. Final Design (90% and 100%) Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 Task 9. Permitting Task 10. Plan Submittal Checklists Task 11. Quality Control/ Quality Assurance 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. • Hold meetings and communicate internally among team members to allocate team resources. [Water/TPW] • Ensure quality control is practiced in performance of the work [Water/TPW] 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 [Water] • Conduct review meetings with the CITY at the end of each design phase. [Water] • Prepare invoices and submit monthly in the format requested by the CITY. [Water/TPW] • Prepare and submit monthly progress reports in the format provided by the Water Department and TPW. [Water/TPW] • 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. [Water] • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. [Water] • 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 [Water] • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 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. [Water] • 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. [Water] ASSUMPTIONS • 12 MWBE reports will be prepared • 4 meetings with city staff • 12 monthly progress reports will be prepared • 12 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 10) 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 ■ Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 • 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. [Water] • 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. [Water] • 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. [Water] • 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. [Water] 2.2. (;eeterhniral IRvestigatiens ENC).NEER 3holl advise the CITY of test borings and nfhor .oubourface +nvest+�a#.ono the may be peelded for the proieo+ If the CITY determines that si soh herlpgs or ip"es+iga+lops ere peerdert then the ENGINEER IN�" . ohcll we*,w44 the CITY anrd GITV's neeteshnigal gonsultant to draw up spegifiea+ions for f oar,sLIGh i i teStiRg The post of seh testing will he paidforby the CITY. [�Vi" 2.3. Fire I ine Reeennee+ion A fire line reoonneo+ion is Rot antieipated to he necessary for the IineJ that have� i rJep+i c'rrrrJ� hco therefore pot been ipol! JdeS in thio Do9pe of = erk. However,ti-K: €44GINEEP andorotando that if a fire line is epoeU Rtererd rdl dripg rdesigp sU Fye„ +hen the felleWiRg preGedure should be utilized for the reGORReGtion of fire lines duriRg design anrd ronstn irtien of wator mains: 2 Q 1 All fire lines OR existing water mains to he replaeed-d L\hall be clearly identified en the plsmc 1id when neoessar" detailed se.,+n,.,uenoe Of,,"�1}enns+n in+inn should he provided for the resonnestien to ensi irg that G'ffeGted properties have adequate fire pre en �rr�, rccvrrrrcccrvrrzv—cn�ar c properties l� � l�caTrav� `"'' ``'1I�a.. during and after GGRstrIJGtiGR. The eRgiReer may need to visit with affeGted prepe-rty owners fire flog, any, pressure ren4ir ntc &id inGGrporate the dats inta the fore nI 16tFUGtinn design. PiNater vrr�c�.9'-'�zcrJ 2.32 design Fngineor mast o stage. For citu&,tignswhere the wator min ie reed and replaeed in the same trerlC�l, special attention should he given to mcintcoR aadequate fire preter+ien A 2 nGh temporary water line is gr- --shy to feed a fore line. The transfer time of the fire line to the new wator main mutt bg kept to a rpinimum. Where necessary designand appropriate pay, i+oms rl be provided for adequate temporary water svue--rpv=fGC�'ttl feed fire sec„ine lined ,-dUripg dons+rUn+ion. If th-e is, ony question a tapai lacy of the temporary sep,ie�te the fire line then the inspentnr nr proient 11 � me, then the OF prOjeGt manager Mll rent lest field eperatiens to serf arm s prire ssi toot at the nearest fire �� hydrant or outlet —to determine the adeq lacy of the temporary nnnnenti s .�. 7Y`�"'rurrr-yr-r�rr�,�dtl"`1 vvrrrrccci `.�n`.�. I th.. ternporaFEenneEtion io inadequate to prime-f+re proTeGt;on :until the permanent feed is in plcse, the prejeot manager will assess tho 0itUC\ti9R anrd make a rdeterminatien as to the appropriate aotien [Water] City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 6 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 7 .3.3 At pre GORStRiGtien meeting, GGRtraGters should be iRfOrmed of their resPORsibility to IGCa+e identify and m--�ntom fire seW!Ge to appliGable buildings. The , repes -- seq ienoe of reoonneotion for fire lines should he rdisouca end enforoerd rdl iriRg GenStrUGtion. The Gity inspeGtOr shall also inspeGt the prejeGt site and take !Rvente-ry of fire line lorotione [Water `).Q 1 DuFino ronctnJrtion the inspec-tor shall notify Water Department Field Operatienc of the pending;oreIine chi it rdoWm. In addition, the nentrnntor m. t notify the lennl fire d station aR property GWRers of the time fremo thct the fore IiRe will he shut rd9WR on GOMpally letter head and inspeGtOF shall reGeive a GGpy. No fire line shut outs will be allowed without this I9tter. [Waterl 2.3.5 The prejeot manager shall be recnoncihle fer the imnlementatiOR aR d romnle+inn of the v-prcEed u re 2.4. The Conceptual Design Package shall include the following: • 1 Cover Sheet [TPW/Water] • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. [Water] • Proposed phasing of any water, sanitary sewer, and pavement work that is included in this project documented in both the project schedule and narrative form. [Water] • Existing typical sections of the roadway to be constructed for streets designated as limited paving scope. Proposed typical sections which outline the proposed improvements for streets designated full paving scope. Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs, sidewalks, and retaining walls. It is assumed that the proposed roadway section will be POL or MOL depending on the geotechnical report provided by the City or as directed by the City. [TPW] Conceptual plan and profile sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, city owned and franchise utilities as determined by dig-tess, and existing roadway vertical alignments (profiles). Since the street pavement is not being fully replaced, the ENGINEER will attempt to match the existing pavement elevation. The ENGINEER will attempt to not change the existing roadway drainage pattern. If the existing street has no curbs, super elevated typical sections may be considered to allow drainage to flow across the street. [TPW] Estimates of probable construction cost. Estimates should be done by street. [Water/TPW] Documentation of key design decisions. [Water] ASSUMPTIONS City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 7 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 • 0 Geotechnical borings are included in this scope. Pavement cores will be provided by in-house City crews. • 2 half size copy 11"x17" copies of the conceptual design package (30% design) will be delivered. • PDF files created from design CAD drawings will be uploaded to the designated project folder in the City's document management system (BIM 360). • ENGINEER shall 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 B. Estimates of probable construction cost. 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 [Water] A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument #8901, PK 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). [Water] Overall project easement lavout sheet(s) with property owner information. [Water] 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. [Water] Overall water and/or sanitary sewer abandonment sheet. [Water] Updated existing and proposed typical section sheets. [TPW] City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 8 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of vertical curves, grades, K values, e, and vertical clearances where required. Plan sheets to include callouts for necessary stormwater repairs. [TPW] Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, and pavement details. It is assumed that the proposed roadway section will be POL or MOIL depending on the geotechnical report provided by the City or as directed by the City. ENGINEER will provide any necessary details not provided in city standard details. [TPW] Driveway cross sections will be required for streets listed in the scope definition above, to determine the driveway limits. Proposed cross sections should be provided for all driveways and the proposed driveway slope shown. The limits of the driveway replacement should be shown in plan view on the paving plan and profile sheets. Streets not selected to include cross sections, shall assume driveway replacement to the ROW line on the plan and profile sheets. [TPW] • Preliminary signing and pavement marking notes, if applicable. [TPW] • 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. [Water] • Bench marks per 1,000 ft of plan/profile sheet — two or more. [Water] • Bearings given on all proposed centerlines, or baselines. [Water] • Station equations relating utilities to paving, when appropriate. [Water] • 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. [Water] 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. [Water] 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 9 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 service line, the ENGINEER will obtain the flow line elevation and design the 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. [Water] 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. [Water] 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 include 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. [Water] 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. [Water/TPW] 3.3. Public Meeting After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location, prepare and mail the invitation letters to the affected customers. The ENGINEER needs to coordinate with the City's project manager to format the mailing list of all affected property owners accordingly. [Water/TPW] 3.4. Utility Clearance The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. Where conflicts cannot be City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 10 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 avoided, coordination of Utility Conflicts will be identified at the Conceptual phase and begin at the Preliminary Design phase. [Water] • In the case of a public utility conflict, the ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. [Water] • In the case of a private Utility Conflict, the ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in a Utility Clearance Letter for coordination at each design milestone. The ENGINEER may need to coordination directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. [TPW] • The ENGINEER shall upload individual PDF files for each plan sheet of the approved preliminary plan set to the designated project folder in the City's document management system (BIM 360) for forwarding to all utility companies which have facilities within the limits of the project. [Water/TPW] • The Engineer shall visit the site during utility relocation to verify the location of re- located facilities is acceptable and report any discrepancies found. Survey verification is not included. [Water/TPW] 3.5. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's Project Resources website. The typicals need not be sealed individually, if included in the sealed contract documents. [Water] • 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. [Water] 3.6. Estimates of probable construction cost. Estimates should be done by sheet. [Water/TPW] 3.7. Documentation of key design decisions. [Water] ASSUMPTIONS • 1 public meeting(s) will be conducted or attended during the preliminary design phase. • 2 Utility verification site visits(s) will be conducted during the project. • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an additional 2 project specific traffic control sheets will be developed. • 1 sets of 11x17 size plans will be delivered for the Constructability Review. • 2 sets of 11x17 size plans will be delivered for the Preliminary Design (60% design). • 2 sets of specifications will be delivered for the Preliminary Design (60% design). City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 11 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 • PDF files created from design CAD drawings will be uploaded to the designated project folder in the City's document management system (BIM 360). • All submitted documents and checklists will be uploaded to the designated project folder in the City's document management system (BIM 360). • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • 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. Storm Water Pollution Prevention Plan and iSWM Checklist E. Estimates of probable construction cost F. Data Base listing names and addresses of residents and businesses affected by the project. G. Public Meeting Exhibits 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: 4.1. For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. [TPW] 4.2. Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. [Water/TPW] 4.3. 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. [Water/TPW] 4.4. 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, as applicable. [Water/TPW] 4.5. Documentation of key design decisions. [Water] ASSUMPTIONS City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 12 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 • 2 sets of 11 x17 size drawings and 1 set of 22x34 size drawings and 1 set of specifications will be delivered for the 90% Design package. • A PDF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in the City's document management system (BIM 360). • 10 sets of 11x17 size drawings and 2 set of -specifications will be delivered for the 100% Design package. • A PDF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in the City's document management system (BIM 360). • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in the City's document management system (BIM 360). 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. The paving quantities and estimate should be street by street. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto the City's document management system (BIM 360) for access to potential bidders, sell contract documents and maintain a plan holder list. [Water] • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing city's unit price tool 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 Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to the City's document management system (BIM 360) in two formats, .pdf and Awf files. The .pdf will consist of one file of the entire plan set. The Awf 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 the City's document management system (BIM 360) from documents City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 13 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 sold and from Contractor's uploaded Plan Holder Registrations in the City's document management system (BIM 360). 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 the City's document management system (BIM 360) folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders' questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto the City's document management system (BIM 360) and mail addenda to all plan holders. [Water] • Attend the prebid conference in support of the CITY. [Water/TPW] • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. [Water] • 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. [Water] • Attend the bid opening in support of the CITY. [Water/TPW] • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet are to be uploaded into the project's Bid Results folder on the City's document management system (BIM 360). [Water] • Incorporate all addenda into the contract documents and issue conformed sets. [Water/TPW] 5.2. Final Design Drawings 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 accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 14 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in the City's document management system (BIM 360) 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. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956_SHT01.dwg", "W-1956_SHT02.dwg", etc. II. 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. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 3 sets of construction documents will be sold to and made available on the City's document management system (BIM 360) for plan holders and/or given to plan viewing rooms. • 5 sets of 11x17 size and 6 sets of 22x34 size drawings plans and 5 specifications (conformed, if applicable) will be delivered to the CITY. • PDF and DWG files will be uploaded to The City's document management system (BIM 360). DELIVERABLES A. Addenda B. Bid tabulations C. Final iSWM Checklist D. CFW Data Spreadsheet E. Recommendation of award F. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. [Water] City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 15 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 • 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. [Water] • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. [Water/TPW] • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in the City's document management system (BIM 360). • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, respond to Request for Information (RFI) from the contractor, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER will meet with the Project Delivery Team and Contractor on -site to review any field changes. • ENGINEER shall obtain from the City's document management system (BIM 360) and review project specific soils and compaction testing information and compare it to the geotechnical bore data collected on the project. The ENGINEER shall, when applicable, also review pipeline rehabilitation installation logs and associated materials that the CITY provides. [Water] • 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. [Water/TPW] • The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list 6.2 Record Drawings [Water/TPW] • 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 16 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 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, in Adobe Acrobat PDF format and in DWF format. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red -lined drawings shall be returned to the CITY with the digital files. I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf 11. Water and Sewer file name example — "X-35667_org36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf • Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in the City's document management system (BIM 360). • For information on the proper manner to submit files and to obtain a file number for the project, the ENGINEER should coordinate with the City project manager. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • One (1) Public Meeting. • Four (4) Site Visits • 3 RFIs. • 3 Change Orders DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 17 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings in digital format 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 [Water] • 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. 7 '� �irvh4_nf_\A/a�i/Gacement Drenarotinn anr� ✓.abmittal [\ a eq 49 Tho ENGINEER shall prepare rdnrvi imentc to he used to obtain right of Tho ENGINEER ohcll oabrnit thg right of way and/er easement ldonUmento to CITY one for real property aGq Uicitien 4t The rdOGI dmentatiOn ohcll be nreyirderd in Genformanre with the nheokli 1L and templates available nn the CITY'`) Prnient Rese irnec website 7 4 Temporary Right of Entry Preparation and 8ubmittcl [\ate44 manager to identify all needed Temporary Right of Entries frern landowners. r:r_�:. souw.�atern:■r.�srteasr:r_�:r_r�r��rsrsrr. TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey [Water/TPW] City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 18 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. The minimum survey information to be provided on the plans shall include the following: A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: - The following information about each Control Point; a) Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod) b) X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c) Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). - Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. - No less than two horizontal bench marks, per line or location. - Bearings given on all proposed centerlines, or baselines. - Station equations relating utilities to paving, when appropriate. 8.2. SUBSURFACE UTILITY ENGINEERING (WHEN REQUESTED AND AS REQUESTED) (TPW ) ENGINEER will perform Quality Level B (QL-B) SUE utilizing the appropriate surface geophysical methods to determine the existence and horizontal position of virtually all utilities with the project mains. For this project QL-B shall be limited to gas mains and gas service lines. 8.3. Additional Services [Water & TPW] • ENGINEER will perform engineering and survey services as requested by the City. These services will require prior authorization from the City project manager. 8.4. Temporary Right of Entry Preparation and Submittal City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 19 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 • Prior to entering property, the ENGINEER shall coordinate with the City's project manager to identify, mail and obtain Temporary Right of Entry from landowners (if necessary). • The documentation shall be provided in conformance with the checklists and templates available on the City's document management system resources folder. ASSUMPTIONS • Topographic survey at intersection will include no more than 25 ft. in each direction. • Normal minimal traffic control is included. Traffic control requiring lane closures, traffic detouring, flag persons, police, etc., is considered special traffic control measures and will be considered additional services if required. 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. TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows. 9.1. Texas Department of Transportation (TxDOT) Permit. Coordination and/or Permit is required if projects construction is within TxDOT right-of-way or adjacent such that traffic control would be within TxDOT right-of-way. Engineer to verify applicability to projects in this contract scope. [TPW] • Meet, negotiate and coordinate to obtain approval of the agency issuing the agreement and/or permits. • Completing all forms/applications necessary. • Submitting forms/applications for CITY and TxDOT review • Submitting revised forms for agency review • Responding to agency comments and requests 9.2. Texas Department of Licensing and Regulation (TDLR). This is required for projects with sidewalk construction over $50,000 [TPW] • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 20 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 • Submit construction documents to the TDLR • Completing all TDLR forms/applications necessary • Obtain the Notice of Substantial Compliance from the TDLR • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests For prejeoto that distNrb an area greater than one (1) oGFe�the i�actnr ,e,�c responsible for preparing and submitting the Sterm Water Dell ution Prevention Plan GOBS n anti goording to the ni irrent C S A GFit a MaRyal fer Cite ��an cn c., .. I„ erl Development and Genstr, Gtien whigh will be innnrpnraterJ into the S%A/PPP by the nn n tamer ASSUMPTIONS • Permit preparation will begin after approval of the Conceptual Design. • Assumes (3) TxDOT permit • All costs associated with TDLR plan review and inspections are to be paid by the ENGINEER during the course of the project. • Engineer is responsible for providing plans that are in compliance with TDLR requirements. DELIVERABLES Provide TDLR plan reviews and make required changes. • Provide for timely inspection by a Registered Accessibility Specialist prior to the construction final inspection. • Copies of Permit Applications TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Attachment "A" Traffic Storm Storm Street Water Traffic Traffic Traffic Traffic Water Water Control Control Control Type Signal 30% 60% Lights /Sewer Engineering 30% 60% 90% (Submit All (Submit (Submit (Submit All City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 21 of 24 Street Storm Water Water / Sewer @ 30%) All @ All @ @ 60%) 30% 60%) X X X X V X X X *If included in street project ASSUMPTIONS DELIVERABLES X TASK 11. QUALITY CONTROL / QUALITY ASSURANCE ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 Required for all work in City ROW X X X X X X X X X ENGINEER to provide to the City a Quality Control/ Quality Assurance Plan (QC/QA Plan) outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. ENGINEER is responsible for and shall coordinate all sub consultant activity to include quality and consistency of plans. If, at any time, during the course of reviewing a submittal of any item it becomes apparent to the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may cease its review and return the submittal to the ENGINEER immediately for appropriate action. A submittal returned to the ENGINEER for this reason may be rejected by the CITY Project Manager. 11.1. QC/QA of Survey and SUE Data • The ENGINEER's Surveyor shall perform Quality Control/ Quality Assurance on all procedures, field surveys, data, and products prior to delivery to the CITY. The CITY may also require the ENGINEER's Surveyor to perform a Quality Assurance review of the survey and/or subsurface utility engineering (SUE) work performed by other surveyors and SUE providers. • ENGINEER's Surveyor shall certify in writing via a letter that the survey information provided has undergone a Quality Control/ Quality Assurance process. • ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a letter that the SUE information provided has undergone a Quality Control/ Quality Assurance process. 11.2. QC/QA of Design Documentation City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 22 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 • ENGINEER shall perform a QC/QA review of all documents being submitted for review at all stages of the design including the 30%, 60%, and 90% and Final Document design review submittals. QA should be performed by an individual within the firm who is not on the design team. ENGINEER is to acknowledge that each item on the Detailed Checklist has been included by checking "done" on the checklist. If a particular checklist item is not applicable, this should be indicated by checking "N/A". If an entire checklist is not applicable, this should be indicated by checking every item on the list as "N/A" and still included with the submittal. The ENGINEER shall use the Detailed Checklist provided by CITY. • A Comment Resolution Log must be used to document conflicting comments between reviewers and to highlight comments made by the CITY that the ENGINEER is not incorporating into the design documents along with the associated explanation. The ENGINEER shall use the Comment Resolution Log provided by CITY. • The documentation of a QC/QA review includes (1) a copy of the color -coded, original marked -up document (or "check print") developed during the QA checking process and/or review forms which sequentially list documents and associated comments; and (2) a QC sign -off sheet with signatures of the personnel involved in the checking process. Mark- ups may also be documented using the Comment Resolution Log. • Evidence of the QC/QA review will be required to accompany all submittals. Documentation shall include, but is not limited to, the following items: PDF of the completed Detailed Checklists PDF of the QC/QA check print of the calculations, plans, specifications, and estimates demonstrating that a review has been undertaken; PDF of previous review comments (if any) and the ENGINERR's responses to those comments in the Comment Resolution Log. • If any of the above information is missing, is incomplete or if any comments are not adequately addressed; the CITY may contact the ENGINEER and request the missing information. If the ENGINEER does not respond to the request within 24 hours, the CITY shall reject the submittal. No additional time will be granted for a returned submittal. • If the ENGINEER has not adequately addressed the comments, the submittal shall be rejected and returned to the ENGINEER immediately to address the issues. ASSUMPTIONS • All submittals to the City will be Quality checked prior to submission. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICE Additional Services not included in the existinq Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 23 of 24 ATTACHMENT A DESIGN SERVICES FOR 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO.: 104315 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 • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services related to submitting for permits not already included above (ie.TRA, railroad, etc...) • 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. • 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 24 of 24 ATTACHMENT B COMPENSATION Design Services for 2022 BOND YEAR 3 CONTRACT 14 City Project No.104315 Lump Sum Project Compensation A. The ENGINEER shall be compensated a total lump sum fee of $575,208.00 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. 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 111. 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 Transportation and Public Works Department, Water Department, and Storm Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 3 AN ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Prime Consultant Lockwood, Andrews & PS&E Newnam, Inc. Proposed MWBE Sub -Consultants ARS Engineers, Inc. Survey & SUE Non-MWBE Consultants Access Specialist Inc. TDLR Project Number & Name 104315 2022 BOND YEAR 3 CONTRACT 14 City MWBE Goal = 25% TOTAL Total Fee $575,208.00 Fee Amount $427,833.00 74.38 $144,750.00 25.2 $2,625.00 0.5 $575,208.00 100% MWBE Fee MWBE % $144,750.00 25.2% Consultant Committed Goal = 25% City of Fort Worth, Texas Attachment B 2022 Bond Year 3 Contract 14 Revised Date: 12/9/2022 CPN 104315 Page 2 of 3 B-2 EXHIBIT "13-1" 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 Revised Date: 12/9/2022 Page 3 of 3 2022 Bond Year 3 Contract 14 CPN 104315 AM Professional Services Invoice Project Manager: I Tingting Ren Summary Project: 12022 BOND YEAR 3 CONTRACT 14 City Project #: 1104315 1 City Sec Number: Company Name: ILockwood, Andrews & Newnam, Inc. Supplier's PM: 1Mathew Busby 1 Supplier Invoice #: I I Payment Request #: I I Service Date:From I I Service Date:To I I Invoice Date: I I 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: Lmlbusbvaaian-inc.com Office Address 1300 Summit Ave., Ste. 300, Fort Worth, TX 76102 Telephone: 1214-522-8778 1 Fax: 1214-526-4433 1 Remit Address:JPO Box 30065, Omaha, NE 68103-1165 Sheet FID and Work Type Description Work Type 1 Water Work Type 2 Sewer Work Type 3 TPW Work Type 4 Work Type 5 Work Type 6 Totals This Invoice Agreement LTD Agreement Amendment Amount to Completed Amount Amount Date Amount $219,668.00 $97,585.00 $257,955.00 $575,208.00 Overall Percentage Spent: Percent ($) Invoiced Current Remaining Spent Previously Invoice Balance Professional Services Invoice Project Manager: Tingling Ren Project: 2022 BOND YEAR 3 CONTRACT 14 City Project #: 104315 Work Type Desc: lWater Supplier Instructions: FID: City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Quanities Purchase Order: When your Invoice is complete, save and close, start B—saw and Add your invoice to the Consultant folder within Project's folder. Company Name- Lockwood, Andrews & Newnam, Inc. Supplier's PM: Mathew Busby Supplier Invoice #: Payment Request#: Service Date:From Service Date:To Invoice Date: Pay Items 30 - Desiqn Description Totals This Unit: email: mlbusby@Ian-inc.com Office Address: 1300 Summit Ave., Ste. 300, Fort Worth, TX 76102 Telephone: 214-522-8778 Fax: 214-526-4433 Remit PO Box 30065, Omaha, NE 68103-1165 Agreement LTD Agreement Amendment Amendment Amount to Completed Amount Number Amount Date Amount $219,668.00 $219,668.00 $219,668.00 $219,668.00 Overall Percentage Spent: Percent ($) Invoiced Spent Previously Current Invoice Remaining Balance $219,668.00 $219,668.00 Professional Services Invoice Project Manager: Tingting Ren Project: 2022 BOND YEAR 3 CONTRACT 14 City Project #: 104315 Work Type Desc: ISewer Supplier Instructions: FID: City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Ouanities Purchase Order: When your Invoice is complete, save and close, start Bu=saw and Add your invoice to the Consultant folder within Project's folder. Company Name' Lockwood, Andrews & Newnam, Inc. Suppliers PM: Mathew Busby Supplier Invoice #: Payment Request#: Service Date:From Service Date:To Invoice Date: Pay Items 30 - Design Description Totals This Unit: email: mlbusby@Ian-inc.com Office Address: 1300 Summit Ave., Ste. 300, Fort Worth, TX 76102 Telephone: 214-522-8778 Fax: 214-526-4433 Remit PO Box 30065, Omaha, NE 68103-1165 Agreement LTD Agreement Amendment Amendment Amount to Completed Amount Number Amount Date Amount $97,585.00 $97,585.00 $97,585.00 $97,585.00 Overall Percentage Spent: Percent ($)Invoiced Spent Previously Current Remaining Invoice Balance $97,585.00 $97,585.00 Professional Services Invoice Project Manager: Tingting Ren Project: 2022 BOND YEAR 3 CONTRACT 14 City Project #: 104315 Work Type Desc: 1TPW Supplier Instructions: FID: City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Quanities Purchase Order: When your Invoice is complete, save and close, start B—saw and Add your invoice to the Consultant folder within Project's folder. Company Name: Lockwood, Andrews & Newnam, Inc. Supplier's PM: Mathew Busby Supplier Invoice #: Payment Request #: Service Date:From Service Date:To Invoice Date: Pay Items Description 30 - Design Totals This Unit: email: mlbusby@Ian-inc.com Office Address: 1300 summit Ave., Ste. 300, Fort Worth, Tx 76102 Telephone: 214-522-8778 Fax: 214-526-4433 Remit PO Box 30065, Omaha, NE 68103-1165 Agreement LTD Agreement Amendment Amendment Amount to Completed Amount Number Amount Date Amount $257,955.00 $257,955.00 $257,955.00 $257,955.00 Overall Percentage Complete: Percent ($) Invoiced Current Remaining Invoice Balance $257,955.00 $257,955.00 Level of Effort Spreadsheet TASKMOUR BREAKDOWN Water Department Design Services for 2022 Bond Year 3 Contract 14 City Project No. 104315 Labor (hours) Task No. Task Description Principal Project Sr. Project Project EIT CADD Administ Total Labor Manager Engineer Engineer rative Cost K, 1.0 Project Mana pment 1.1 Managing the I earn 1.1.2 QA/QC !split with Water) 1.2 Communications and Reporting 1.2.1 Pre-Desir Coordination Meeting (assumes 1 meeting) 1.2.2 Design Submittal Review Meetings (assumes 4 meetings) Prepare Monthly Invoices assumes 12 months 1.2.4 Prepare Monthly Progress Reports (assumes 12 months & split with TPW) Prepare Baseline & Maintain Schedule 1.2.6 Prepare Monthly MBE/SBE Reports (12) 1.2.7- e Coordination With Other Agencies 2.0 onceptual Design (30-Percentk 2.1 Data Collection (assumes 11,551 LF Total) Research Proposed Improvements Data Identi and Obtain Existing Condition Data Coor mate with Stakeholders (2) Conduct Site Visits 2.4 Conceptual Design Package (assumes 11,551 LF total) Prey ration of Drawinqs Define Potential Vtem h1pacts EXCLUDED) Documentation of Key Decisions EXCLUDED) Opinion of Probable Construction osVsplit Pr7are for, Attend, & Res )ond to Review eetinq 3.0 Preli/minar�( Desi�[i(60 Percent) 3.1 Preliminary Desi Drawings Project Contro heats Overall Sanitay Sewer/Water Layout Sheets General Notes Sheets Plan and Profile Drawirl (25) Service Line Reconnecions Erosion Control Plans and Details Standard Details Special Details 3.2 Constructability Review (split) 3.3 Public Meetir) lit) 3.4 Utilit Permitp earance (split) Traffic Control Plans 0pjnion Probable Construction Cost (DDff it) Key Des1 p Documentation (EXCLA ) Prepare or, Attend, & Res3ond to Review Meetinq 4.0 Final Desi n 4.2 Final Draft190%) Construction Plans and Specifications 90 % Final Des% P Meetirl PrPtQare and Sumit Finafp Draft (90 % ) Er)�ineer O )nion of Probable Construction Cost 4.3 Finaf (100%) �lans and Specifications Pre,gare and Submit Final (100 % ) Enq�neer 02mon of Probable Construction Cost TPW Coordination and Modifications 4.4 Con/gtlIr�ction Estimates (90% and 100% ) 5.0 BIq Z'se 5.1 Bid Support and Tabulation 5.1.1 Upload and Sell Contract Documents and Maintain Plan Holders List 5.1.2 Receive Bidder Questions and Issue Addenda (up to 2) 5.1.3 Attend Pre -bid Conference 5.1.4 Attend Bid Opening 5.1.5 Tabulate Bids and Recommend Award 5.1.6 Issue Conformed Contract Documents 6.0 Construction Phase Services 6.1 Construction Support 6.1.1 Attend Preconstruction Conference ;ity of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 0 0 Subconsultant Expense Total Task Sub Remaining Subconsultant Reproduction Expense Total Complete Budget Cost MWBE Non-MWBB 3 31 1 2 2 16 14 1 6 421 4 2 1 261 6 20 4 24 16 1 3 851 16 40 24 28 3 8 1221 32 1 42 4 2901 2 2 4 3 2$ 8 $ 4,150 $ 15,610 $ 2,030 $ 12,320 $ $ 17,500 $ - $ - $ 1,400 5,185 $ 93,565 1 $ i $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $ 4,150 $ 15,610 $ 2,030 $ 12,320 $ $ 17,500 $ - $ $ 1,400 $ 5,185 $93,565 $ - $0 $ 2 2 4 8 $ 2,610 $0 $ 2,610 2 4 6 16 $ 4,390 $0 $ 4,390 2 4 0 12 6 $ 4,030 $0 $ 4,030 12 12 32 32 160 $ 39,140 $0 $ 39,140 2 2 6 8 16 $ 5,530 $0 $ 5,530 2 6 8 16 $ 5,050 $0 $ 51050 2 6 4 G 6 $ 2,150 $0 $ 2,150 2 2 4 0 8 $ 2,910 $0 $ 2,910 6 4 6 $ 3,250 $0 $ 3,250 2 1 2 4 4$ 2,020 $0 $ 2,020 2 1 6 11 11 $ 5,530 $0 $ 5,530 2 8 16 32 $ 8,720 $0 $ 8,720 2 1 4 8 2$ 3,130 $0 $ 3,130 3 4 it 4 6 2$ 5,105 $0 $ 5,105 31 311 91 591 881 1041 6 $ 50,500 $ $0 $0 $0 $50,500 $ $0 $ 4 0 6 8 4 2$ 4,140 $0 $ 4,140 2 10 1 24 46 56 2 $ 22,160 $0 $ 22,160 1 2 2 4 0$ 1,695 $0 $ 1,695 $ $0 $ 1 8 2 20 24 32 2 $ 14,895 $0 $ 14,895 2 1 1 2 0$ 1,260 $0 $ 1,260 6 2 6 10 12 0 $ 6,350 $0 $ 6,350 $ - $0 $ 01 51 01 71 101 21 $ ,825 1 $ $0 $0 $0 $4,825 0 0 0 0 0 0$ $0 $ 1 0 2 2 0 1$ 1,045 $0 $ 1,045 1 0 2 2 0 1$ 1,045 $0 $ 1,045 1 0 1 1 0 0$ 605 $0 $ 605 0 0 0 0 0 0$ $0 $ 1 0 1 1 0 1$ 715 $0 $ 715 1 0 1 4 2 1$ 1,415 $0 $ 1,415 01 221 101 571 141 6 $ 24,030 $ $0 $0 $0 $24,030 0 0 0 0 0 0$ $0 $ 1 0 1 0 0 1 S 575 SO $ 575 1 of 2 Task No. Task Description 6.1.2 Prepare Exhibits and Attend Public Meeting 6.1.3 Project Site Visits (up to 3) Support Submittal Review and Response Maintain Submittal Log Review Lab Results for Compliance with City Specifications and Provide Attend Final Project Walk Through 6.1.5 Request for Information Review �3) 6.2 Prepare and Submit Record Drawings 8.0 Survey( 8.1 Design Survey Tq 780ic Survey Fielldd Venfy Topographic Survey 8.3 Additional Services 9.0 Permitting 9.1 Texas Department of Transportation (TxDOT) Permit (') 9.2 Railroad Permit (*) 9.3 Texas Department of Licensing and Regulation (TDLR). (') City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 Level of Effort Spreadsheet TASKMOUR BREAKDOWN Water Department Design Services for 2022 Bond Year 3 Contract 14 City Project No. 104315 Labor (hours) Principal Project Sr. Project Project EIT CADD Administ Total L Manager Engineer Engineer rative Co Rat9 $355 $275 $240 $190 $140 $140 $110 1 0 1 2 2 $ 1 3 1 3 6 6 0$ 6 3 8 16 0 0$ 6 1 6 1 4 6 1$ 1 2 1 4 20 0 2$ 4 4 6 4 4 6 0$ 3 2 4 4 4 0$ 1 6 4 4 6 1$ 1 01 41 01 61 61 81 0 $ 34 4 8 1 Subconsultant Expense abor Total st Subconsultant Reproduction Expense Cost MWBE Von-MWBE 135 $ 71,293 $71 Task S b I% Complete Remaining Budget 1.135 Totalsl 91 1561 491 2691 4101 5141 371 $ 242,395 1 $ 71,293 1 $01 $01 $71,2931 $336,6081 0%1 $01 Water and Sewer Design Breakdown Foots e g % Footsi�eJ Desi�C Fee I Water Sanitary Sewer Total Cost % Complete Remaining Budget Water) /�J98 69"/0 $21fi68 1 1 Footage % $ LF % $ Contract Sewerl 3553 31 % $ 97,585 I 14 7998 69 % $ 219,668 3553 31 % $ 97,585 $ 317,253 0% $ 317,253 Totall 11551 100°° $317,253 I TOTAL 799 I 69°°I $ 219:668 3553 31°° $ 97,585 $ 317,253 0°°I $ 317,253 $ 24.87 Project Summary Total Hours 1,444 Total Labor $242,395 Toa se $71,293 FAWBE Subconsultanf $71,293 Non-MWBE SubCOnsultanf $0 5% Sub Markup $3,564.65 MWBE Participation 22.5% rE Total Project Cost $317,253 2 of Level of Effort Spreadsheet TASKMOUR BREAKDOWN Transportation & Public Works Department Design Services for 2022 Bond Year 3 Contract 14 City Project No. 104315 Labor (hours) E sense Task No. Task Description Principal Project Manager Sr. Project Engineer Project Engineer EIT CADD Administrative Total Labor Cost Subconsultant Travel Reproduction Total Expense Cost Rate $351 $275 $240 $190 $140 $140 $110 MWBE Non-MWB 1.0 Project Management 8 32 2 2 $ 16,560 $ - $ $ - $ $ $ $ 1.1 Managing the 1 eam 1.1.2 QA/QC (split with Water) 8 32 8 $ 13,560 $ $ - $ $ - $ 1.2 C m unic�tio s ed Reporting 4 W R �__. 422 $ $ Prepare Monthly Invoices (assumes 12 months & split) 6 $ 840 $ 1.2.4 Prepare Monthly Progress Reports (assumes 12 months & split) 6 $ 840 $ $ $ $ 1,320 $ 1.2.6 Prepare Monthly MBE/SBE Reports (12) 12 -1-24-- Q $ 2 nffackage 0 2 99 48 0 7,640 26,000 $ $ $ 50 $ 45 95 2.4 Con eptuaal Design Limited Desi$ff0.361ane miles - 950 LF) 8 24 $ $ 2.4 Conceptual Design Package Full Design (2.4 lane miles - 6,336 LF) 2 7231 4 $ 20,240 $ 50 $ 45 $ 95 2.4 2.5 Conceptual Design Package Storm Sewer Eslima a split 2 1 I 1 J d - $ 1,400 $ 3.0 3.1 Preliminar Desi$�(60 Percent` Preliminary Desig"nDrawings for Limited Design 0 12 7 8 88 120 0 $ 42,310 $ - $ $ 100 $ 159 $ 259 12 24 $ 6,560 $ 3.1 Preliminary Design Drawings for Full Design 2 48 80 I $ 22,480 $ - 3.1 Preliminary Design Storm Sewer I $ - 3.2 Constructabilily Review (split) 0 6 0 J 6 0 $ 100 $ 159 $ 259 3.3 Public Meeting (split) 0 2 0 (I 2 4 3.4 Utility Permitting Clearance (split) 0 2 2 6 12 12 $ - 3.6 Opinion Probable Construction Cost (split) 0 2 2 8 0 0 $ 4.0 Final Design 0 11 3 51 70 36 q$2,91 5 $ - $ $ 100 $ 759 $ 859 4.1 iSWM Construction Plan 8 8 16 0 $4.2 4.2 Final Draft 90 % Construction Plans and $?ecificattions for Limited Design Final Draft�90%) Construction Plans and for Full Design 1 Q 8 24 20 2d 8 16 5 0 $ 50 $ 442 $ - $ 492 4.2 ?ecifica[ions Final Draft 90°o) Construction Plans for Storm Sewer I $ - 4.4 Final Draft :l ) Construction Estimates (split) 0 1 2 2 4 0 0 I $ 1,695 4.3 Final 100%Plans and ecifications for invited Design 1 4 12 4 1$ 3,275 $ - 4.3 Final 100% Plans and Specifications for Full Design 2 12 12 8 1 $ 5,630 $ 50 $ 317 $ 367 4.2 Final 100% Construction Plans for Stonn Sewer 1 $ - 4.4 Final 100% Construction Estimates (split) 0 2 1 1 2 0 0 1 $ 1,260 $ 5.0 Bid PLase I 0 5 0 7 10 2 $ ,825 $ - $ $ 100 $ 2,446 $ 2,546 5.1 Bid Support 0 0 0 0 0 0 0 1 $ $ 5.1.1 Upload and Sell Contract Documents and Maintain Plan Holders List 0 1 0 2 2 0 1 1 $ 1,045 $ 2,446 $ 2,446 5.1.2 Issue Addenda (assumes 3) 0 1 0 2 2 0 1 1$ 1,045 $ 5.1.3 Attend Pre -bid Conference 0 1 0 1 1 0 0 1 $ 605 $ 50 $ 50 5.1.4 Attend Bid Opening 0 0 0 0 0 0 0 1$ $ 50 $ 50 5.1.5 Tabulate Bids aqQ Rey orr��lend Award 0 1 0 1 1 0 1 1$ 715 $ 5.1.6 Issue Conformed ttonfraci Documents 0 1 0 1 4 2 1 $ 1,41 $$ �I 6.0 Construction Phase Services 0 22 0 57 14 6 $ 24,030 $ - $ $ 200 $ J $ 200 6.1 Construction Support 0 0 0 0 0 0 0 $ - $ - 6.1.1 Attend Preconsfruction Conference 0 1 0 1 0 0 1 1 6.1.2 Prepare Exhibits and Attend Public Meeting 0 1 0 1 2 2 1 1 6.1.3 Project Site Visits (assumes 4) 0 3 1 3 3 0 0 1 $ 2,055 $ 200 $ 200 Vport Submittal Review and Response 0 6 3 8 16 0 0 1 tvfaintain Submittal 0 1 0 1 4 0 1 1 Review Lab Results or Compliance with City Specifications and Provide Rp on 0 2 1 4 20 0 2 A tend Final Project Walk Throu h 0 4 0 4 4 0 0 I 6.1.5 Request for Information/Change Order Review (assumes 3) 0 3 2 4 4 4 0 6.2 Prepare and Submit Record Drawings 0 1 0 4 4 8 1 _ 8.0 I Survey 1 0 4 0 8 8 16 0 $ 25,980 # $ $ - $ 8.1 Design Survey (assumes 7,286 LF) $ Topographic Survey 2 2 8 $ 1,780 Field Verify Topographic Survey 4 4 4 $ 2,420 $ 50 8.2 Subsurface Utility Engineering (SUE) 2 2 8 $ 1,780 P$_ 8.3 Additional Services (Permitting $ 20,000 $ - $ 2,625 $ - $ 9.0 0 1 0 4 4 8 0 $ 2,715 9.1 Texas 139partment of Transportation (TxDOT) Permit (') $ - 9.2 Railroad Permit (') $ City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 Remaining Complete Budget 1 of 2 Task No. Task Description Rate 9.3 Texas Department of Licensing and Regulation (TDLR). (') Totals • Only it determined to be applicable. City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 Level of Effort Spreadsheet TASKMOUR BREAKDOWN Transportation & Public Works Department Design Services for 2022 Bond Year 3 Contract 14 City Project No. 104315 Labor(hours) Project Sr. Project Project Total Labor Principal EIT CADD Administrative [.1—n—Itart,Manager Enginer Engineer Cst$3S I $275 $240 $190 $140 $140 $110 WBE No" -MI 1 4 4 8 I$ 2.715 I $ 2.E Roadway % Design Fee % Remaining Lane Miles Complet Budget Contract 14 2.76 100% $ 256,180 0% $ 256,180 TOTAL 2.76 100% $ 256,180 0% $ 256, 180 $ 85,573 $ 6.68 $ 3.40 Total I % Remaining Travel Reproduction Expense Complete Budget Cost l09 $ 80,041 0/ $0 Pro j ummary "("o�a ours) 914 Total Labor $172,335 Total Expense, III $80,041 MWBE Subconsultan J $73,457 Non-MWBE Subconsultan $2, 525 5% {ub Markup $3,804 MWBE Participation 1 28. Total Project Costj $256,180 2 of Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Stormwater Design Services for 2022 Bond Year 3 Contract 14 City Project No. 104315 I Labor hours I Expense Task No. Task Description I principal Project Sr. Project roject Err CADD Administra Total Labor Manaoer En in En in five Cost Subconsultent Travel Rate $355 $2T5 $240 $190 $140 $140 $110 MWBE on-MWB 11.0 Project Man lenient 0 0 0 0 0 0 0$ $ $ - E I 1.1 Man the a $ - I 1.1.2 Ce WQC ('it with Water) $ 12 Reporting rvmt $ - I 4-2-2 I 1.2.4 IffoItky ices assumes mme5�99 Pr€bore MonthlyPvofes Rer Arts as 12 rIS8t s&split) $ $ - I $ 11226o Pr��re Monthl MBEISBE�'r/R/f{'unit (12) $ - 12.0 C ca esign fb erce' 1 0 1 0 1 2 $ ,305 $ $ $ I 2.4 Concennlual Des ppP k��¢¢ee Lim! al De //0.361ane miles -950 LF) $ - I 2.4 Conce,Q(ual Deslfgn Package Full Des (441ane miles -6,336 LF) $ - I 2.4 Concep uai D� )gn Package Storm Sewer $ 1,305 I 2.5 Estimate (soli $ - $ $ E 13.0 I 3.1 Preliminafy y(' 60 Percent Prelimin.NDesign r wings for L'mited Design $ $ I 3.1 Preliminajy De Drewi for Full Desion $ - I 3.1 Preliminaf4 De3jyJl Storm Sew er $ - I 3.2 Construclability Y2 ew (split) $ I 3.3 Public Mee` (���it� $ - I 3.4 Jhht, Permit le ran- spin� $ I 3.6 Ooinion Proba le Construc ion Gost IsolIn $ - 1 4.1 iSWM Con§Iruotion Plan 4.2 Final DraOS ppnn�p $�ccificalions for Limited Design 1 4.2 Final Dratt)'90%J i;�fl3`Ifliu�(6R R4A8 SDecdioations for Full Design I 4.2 Final Dra 90°01 Con .0lon Plans for Storm Sewer I 4.4 Final Draft 90% Conk y10 Ea jj��,,33 f DIO) I 4.3 Final (100 a)��ons in, sec slorLmped Design I 4.3 Final 100% n ndcasfor Full Design I 4.2 Fina'1J100% fv Storm Sewer I 4A Final(I100�I Con,Guclionslimales (s 11i0_ 1$.I Bid phase I 5.1 Bid Su�rt I 51 1 Upload and Sell Contract Dents and Maintain Plan Holders List I 5.1.2 Issue Addenda (assumes 31 I 5 1 3 Attend Pre -bid onfeomce I 5.1.4 ATalttetWn."� ��yrr�DJ0���jjj�e�j I 5.1.5 bus.(f blj)aid Wants51Issu a IsCIIa I 6.1 Construction S rt I 6 1 1 Attend Pr44�� ctlpn ��p�nn( JJggnncc I 6.1.2 Pro�jar�Cxfil u AA(fend ♦rubli Meeting I 6.1.3 Pr(y€cl Sde Visitsfassumes 4� I SJDPort Submiga Rewewan Response I Maintain SubmiOft pppp Review Lab Res fdr Compliance with City Specifications and Provide Reports I Attend Final ProrIR Walk Throoyyyy 1 61 5 Request for Info Plnation/ChangErder Review (assumes 3) 1 6.2 Presare and Submit Rewrd Drawings 8.0 Survey I 8.1 Design Surve�(` mes 1,286 LF) I To re I Field Lace% gp ^ is Survey I 8.2 Bubsur/ace Ut l Bring (SIIE) I 8.3 Additional Services Total Remaining Expense % Complete gadget Cost City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 Page 1 of 2 Task No. Task Description RaCE 19.0 Permitting I 9.1 Texas D%j ,nt of Transportation (TxDOT) Permit (•) 1 92 Railroad Ner t(] 1 9.3 Texas Oepartm�llj of Licensing aiM Regulabon (TOLR). (') I Totals Only d determined to be applicable Stormwater scope is paid by TPW. Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Stormwater Design Services for 2022 Bond Year 3 Contract 14 City Project No. 104315 Travel 7"177M �9LMMMMMJJMJJJJM®®® Lane M".e dwy % Design Fee Oo plete RBudget 1 Co TOTAL 2.761 100%I✓%I $ 1,775 0- � 1,773 1 I Project Summary Total Hours 11 Total Labor 11.775 Totaal Expense $0 j��y$F Subconsu�an Non-MW(3" $0 5% Sub Markup $0 MWBE Partiapa Total Project Costosl $1,77$ City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 page 2 of 2 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for 2022 BOND YEAR 3 CONTRACT 14 City Project No. 104315 None. City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page I of I Attachment D Task Name Duration Start Finish Half 2, 2023 Half 1, 2024 Half 2 2024 Half 1, 2025 1 A S O N D 1 F M A M 0 1 2 3 4 s 1 Design Engineer Agreement 1.1 Award Design Agreement 1.2 Execute Contract Documents 1.3 Issue Notice to Proceed - Engineer .- days M�'rue 1 day 14 days 0 days „,. Tue 6/13/23 6/13/23 Tue 6/13/23 Wed 6/14/23 Mon 7/3/23 Thu 3/26/26 IMon 7/3/23 Tue 6/13/23 Mon 7/3/23 Mon 7/3/23 J'7/3 6 2.1 Conceptual Design (30%) 30a7s Tue 7/4/23 Mon 31/20/23 - , 7 2.1.1 Design Kick-off Meeting 1 day Tue 7/4/23 Tue 7/4/23 1 8 2.1.2 Site Survey 50 days Tue 7/4/23 Mon 9/11/23 9 2.1.3 Prepare Conceptual Design Drawings & Documents 64 days Tue 8/1/23 Fri 10/27/23 10 2.1.4 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 0 days Fri 30/27/23 Fri 10/27/23 111/27 11 2.1.5 Review Conceptual Plan (CFW) 30 days Mon 10/30/23 Fri 11/10/23 12 2.1.6 Incorporate Comments and Submit Revised Conceptual Drawings 5 days Mon 11/13/23 Fri 11/17/23 13 2.1.7 Peer Review Meeting/Design Review Meeting (Technical) 1 day Mon 11/20/23 Mon 11/20/23 h 14 2.1.8 Conceptual Design Complete 0 days Mon 11/20/23 Mon 11/20/23 4'11/20 15 2.1.9 SUE 45 days Tue 7/4/23 Mon 9/4/23 16 2.1.10 Conflict Analysis 15 days Tue 9/5/23 Mon 9/25/23 17 2.2 Preliminary Design (60%) u 11/23/23 Mon 314/24 18 2.2.1 Prepare Preliminary Design Drawings and Specifications 57 days Thu 11/23/23 Fri 2/9/24 19 2.2.2 Conduct Constructability Review (Walk Through) 5 days Mon 2/5/24 Fri 2/9/24 20 2.2.3 Submit Preliminary Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 0 days Fri 2/9/24 Fri 2/9/24 21 2.2.4 Review Preliminary Plans and Specifications (CFW) 10 days Mon 2112124 Fri 2123124 22 2.2.5 Incorporate Comments and Submit Revised Preliminary Design Drawings 5 days Mon 2/26/24 Fri 3/1/24 23 2.2.6 Conduct Design Public Meeting 1 day Mon 3/4/24 Mon 3/4/24 24 2.2.7 Preliminary Design Complete 0 days Mon 3/4/24 Mon 3/4/24 25 2.3 Final Design (Bid Sub mitta 3/5/24 Fri 6/7/24 26 2.3.1 Prepare Final Design Plans and Specifications 39 days Tue 3/5/24 Fri 4/26/24 27 2.3.2 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 0 days Fri 4/26/24 Fri 4/26/24 28 2.3.3 Review Final Plans and Specifications (CFW) 10 days Mon 4129124 Fri S110124 29 2.3.4 Incorporate Final Comments and Submit Final Design 5 days Mon 5/13/24 Fri 5/17/24 30 2.3.5 Approve Final Plans and Specifications and Route for Signatures 5 days Mon 5/20/24 Fri 5/24/24 31 2.3.6 Final Design Complete 0 days Fri 5/24/24 Fri 5/24/24 32 2.3.7 Establish MBE Goal for Construction Contract 5 days Mon 5/27/24 Fri 5/31/24 33 2.3.8 Prepare Bid Package 5 days Mon 6/3/24 Fri 6/7/24 34Fri 9/13/24 35 3.3 Identify ReAired Permits 20 days Mon 5/27(24 Fri 6/21/24 36 3.1.1 TxDOT Permit 10 days Mon 5/27/24 Fri 6/7/24 37 3.1.2 TDLR (Texas Dep. Of Licensing and Regulations) Permit 10 days Mon 6/10/24 Fri 6/21/24 38 3.2 Review and Approve Permits 60 days Mon 6/24/24 Fri 9/13/24 39 3.3 All Permits Approved 0 days Fri 9/13/24 Fri 9/13/24 40 4 Utility Relocation 162 days 41 4.1 Submit Cover Letter and 30% Drwgs to Utility Coordinator 1 day Tue 11/21/23 Tue 11/21/23 42 4.2 Submit CFW 30% Design Drwgs to Franchise Utilities 1 day Tue 11/21/23 Tue 11/21/23 43 4.3 Review and Approve Utility Relocation Design 0 days Tue 2/13/24 Tue 2/13/24 44 4.4 Revise Utility Design and get Approval 1 day Wed 2/14/24 Wed 2/14/24 45 4.5 Utilities Cleared/Complete 0 days Wed 2/14/24 Wed 2/14/24 46 47 L 5.1 Bid and Award _ 426 days Mon 6/10/24 Mon 1/26/26 48 5.1.1 Start Advertisement 21 days Mon 6/10/24 Mon 7/8/24 49 5.1.2 Award Construction Contract 45 days Tue 7/9/24 Mon 9/9/24 50 5.1.3 Construction and Materials Testing 360 days Tue 9/10/24 Mon 1/26/26 51 5.1.3.1 Substantial Completion 270 days Tue 9/10/24 Mon 9/22/25 52 5.1.3.2 Final Completion 90 days Tue 9/23/25 Mon 1/26/26 53 5.2 Record Drawi.. 6 days Tue 1/27/26 Tue 2/3/26' 54 5.2.1 Recieve As -Built Survey from Contractor 1 day Tue 1/27/26 Tue 1/27/26 55 5.2.2 Engineer Prepare As -Built Plans 5 days Wed 1/28/26 Tue 2/3/26 56 5.3 Close Design Agree 37 days Wed 2/4/26 _ Thu 3/26/26 57 5.3.1 Recieve Final Invoice for Design Contract 1 day Wed 2/4/26 Wed 2/4/26 58 5.3.2 Final Design Contract Invoice Paid 30 days Thu 2/5/26 Wed 3/18/26 59 5.3.3 Design Contract Closed 5 days Thu 3/19/26 Wed 3/25/26 60 5.3.4 Final Project Report/Lessons Learned 1 day Thu 3/26/26 Thu 3/26/26 Project: 2022 Bond year 3 Task Summary �� Inactive Milestone Contract 14 Split ............ Pr jed Summary F----1 Inactive Summary CPN 1043' Milestone ♦ Inactive Task Manual Task Duration -only Start -only 0 Manual Summary Rollup Finish -only Manual Summary r --------- — I Wernal Tasks 9/13 City of Fort Worth Category 3 Neighborhood Streets I Contract 14 Halt 2, 2025 I Half 1, 2026 J J J_j F I M I C External Milestone ♦ Critical Split ] Deadline ♦ Progress Critical Manual Progress Page 1 of i Lockwood, Andrews & Newnam, Inc. Attachment E Map 1of3 Project Location 4th St ,c Fort Worth E �iCkP�y l�� M V\ N A 0 100 200 400 �-1 reet WI Q' W Ix W 2 W m O Cr 2022 Bond Year 3 Contract 14 City Project #: 104315 Legend Lockwood, Andrews o Proposed Sewer & Newnam, Inc. o Proposed Water Lan n LEO A DALY COMPANY Proposed Street Work 1300 Summit Ave., Ste. 300, Fort worth, TX 76102 • Firm No. F-2614 . 817.820.0420 • www-lan-inc.com Attachment E Map 2of3 Project Location Fort Worth E �. eke,. .L e a I 3 0 .a LA SCOTT AVE IH — 30 ti y ' r O co j CARTER AVE — N A 0 75 150 300 Feet 0 Sy L—LWILKINSON AVE uI 180 -.�— 2022 Bond Year 3 Contract 14 City Project #: 104315 Legend Lockwood, Andrews o Proposed Sewer Lan & Newnam, Inc. 0 Proposed Water A EEO A DALY COMPANY Proposed Street Work • 1300 Summit Ave., Ste. 300, Fort Worth, TX 76102 • Firm No. F-2614 • 817.820.0420 • www.lan-inc.com Attachment E Map 3of3 DATE (MMIDD/YYYY) ACORO® CERTIFICATE OF LIABILITY INSURANCE 1/1/2024 5/5/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONACT PRODUCER LOckton Companies NAME: 444 W. 47th Street, Suite 900 PHONE FAX (A/C. No. Extl: (A/C. No): Kansas City MO 64112-1906 I E-MAIL (816)960-9000 ADDRESS: kcaSLI@10ckton.com INSURED LEO A. DALY 1349712 8600 INDIAN HILLS DRIVE OMAHA NE 68114-4039 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Zurich American Insurance Company 16535 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES LEOADOI CERTIFICATE NUMBER: 19541195 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A 47CLAlMS-MADE MERCIAL GENERAL LIABILITY 1XIOCCUR I GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑X JECOT LOC OTHER: A AUTOMOBILE LIABILITY X ANY AUTO X OWNED SCHEDULED AUTOS ONLY AUTOS X HIRED H NON -OWNED AUTOS ONLYAUTOS ONLY UMBRELLA LIAB OCCUR EXCESS LIAB HCLAIMS-MADE Y Y GLO 7463242 y y BAP 7463243 NOT APPLICABLE DED I I RETENTION $ WORKERS COMPENSATION Y A AND EMPLOYERS' LIABILITY Y/ N WC 7463244 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? FN N I A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below 1/1/2023 1/1/2024 1 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG s 2,000,000 1/1/2023 1/1/2024 COMBINED SINGLE LIMIT (Ea accident) 1.000,000 BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX PROPERTY DAMAGE (Per accident) XXXXXXX $XXXXXXX EACH OCCURRENCE $ XXXXXXX AGGREGATE $ XXXXXXX $XXXXXXX PER x I 1/1/2023 1/1/2024 STATUTE EERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000.000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: 2022 BOND YEAR 3 CONTRACT 14 CITY, PROJECT #: 104315. THE CITY OF FORT WORTH AND ITS AFFILIATES, THEIR RESPECTIVE EMPLOYEES AND AGENTS, MEMBERS, MANAGERS, OFFICERS AND OWNERS (AND THEIR BENEFICIARIES, IF ANY), ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND AUTO LIABILITY, AND THESE COVERAGES ARE PRIMARY AND NON-CONTRIBUTORY, IF REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES TO GENERAL LIABILITY, AUTO LIABILITY AND WORKERS COMPENSATION/EMPLOYER'S LIABILITY WHERE ALLOWED BY STATE LAW AND IF REQUIRED BY WRITTEN CONTRACT, IN FAVOR OF THE CITY OF FORT WORTH AND ITS AFFILIATES. CERTIFICATE HOLDER CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 19541195 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF FORT WORTH ACCORDANCE WITH THE POLICY PROVISIONS. 200 TEXAS STREET FORT WORTH TX 76102 AUTHORIZED REPRESEN7ATIV ©1988 015 ACORD CORPORATION, All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Miscellaneous Attachment: M504829 Certificate ID: 19541195 Additional Insured — Owners, Lessees Or Contractors 0 — Completed Operations ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 7463242 I Effective Date: 01/01/2023 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Any person or organization, other than an architect, engineer or surveyor, whom you are require to add as an additional insured under this policy under a written contract or written agreement executed prior to a loss Location And Description Of Completed Operations Any location or project, other than a wrap-up or other consolidated insurance program location or project for which insurance is otherwise separately provided to you by a wrap-up or other consolidated insurance program U-GL-2168-A CW (02/19) Miscellaneous Attachment: M504829 Certificate ID: 19541195 Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule of this endorsement, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in such Schedule, performed for that additional insured and included in the "products -completed operations hazard". All other terms, conditions, provisions and exclusions of this policy remain the same Includes copyrighted material of Insurance Services Office, Inc., with its permission U-GL-2168-A CW (02/19) Page 2 of 2 Miscellaneous Attachment: M504829 Certificate ID: 19541195 Additional Insured — Owners, Lessees Or Contractors — Scheduled Person Or Organization THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 7463242 Effective Date: 01/01/2023 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Or Organ ization(s): ANY PERSON OR ORGANIZATION, OTHER THAN AN ARCHITECT, ENGINEER OR SURVEYOR, WHOM YOU ARE REQUIRED TO ADD AS AN ADDITIONAL INSURED UNDER THIS POLICY UNDER A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS. LOCATION Location(s) Of Covered Operations ANY LOCATION OR PROJECT, OTHER THAN A WRAP-UP OR OTHER CONSOLIDATED INSURANCE PROGRAM LOCATION OR PROJECT FOR WHICH INSURANCE IS OTHERWISE SEPARATELY PROVIDED TO YOU BY A WRAP-UP OR OTHER CONSOLIDATED INSURANCE U-GL-2169-A CW (02/19) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Miscellaneous Attachment: M504829 Certificate ID: 19541195 A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule of this endorsement, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated in such Schedule. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2169-A CW (02/19) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Miscellaneous Attachment: M452691 Certificate ID: 19541195 POLICY NUMBER: BAP 7463243 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are 'insureds' for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form, This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: LEO A DALY COMPANY Endorsement Effective Date: 01/01/2023 SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization you are required to add as an additional insured, including on a primary & non-contributory basis, under a written contract, written agreement or permit. Each person or organization shown in the Schedule is an "insured' for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured' under the Who Is An Insured provision contained in Paragraph Ai. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. CA20481013 Miscellaneous Attachment: M504158 Certificate ID: 19541195 Notification to Others of Cancellation Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. AWL Prem Return Prem. GLO 7463242-01 I 01/01/2023 I 01/01/2024 I I 37385000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part Products/Completed Operations Liability Coverage Part A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission Number of Days Notice: 30 U-GL-1446-A CW (05/10) Page 1 of 1 Miscellaneous Attachment: M446739 Certificate ID: 19541195 POLICY NUMBER: BAP 7463243 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: LEO A DALY Endorsement Effective Date: 01/01/2023 SCHEDULE Name(s) Of Person(s) Or Organ ization(s): All persons and/or organizations that are required by written contract or agreement with the insured, executed prior to the accident or loss, that waiver of subrogation be provided under this policy. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc. Page 1 of 1 Miscellaneous Attachment: M504831 Certificate ID: 19541195 Waiver Of Subrogation (Blanket) Endorsement Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'1 Prem. Return Prem. GLO 7463242 01/01/2023 01/01/2024 37385000 $INCL $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW (12/01) Page 1 of 1 Miscellaneous Attachment: M457413 Certificate ID: 19541195 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) WC000313 Miscellaneous Attachment: M515463 Certificate ID: 19541205 ADDITIONAL NAMED INSURED: Leo A. Daly Company ATTACHING TO AND FORMING PART OF POLICY NO. LDUSA2204566 ISSUE TO: Leo A. Daly Company and as more fully described in the Policy ISSUED BY: Underwriters at Lloyd's, London EFFECTIVE: 12:01 am Standard Time on 1 July, 2022 Endorsement Number: 19 LIMITED AUTHORITY TO ISSUE CERTIFICATES OF INSURANCE ENDORSEMENT In consideration of the premium charged, it is hereby understood and agreed as follows: (1) Underwriters authorize Lockton Companies LLC the ("Certificate Issuer") to issue Certificates of Insurance at the request or direction of the Insured. It is expressly understood and agreed that, subject to Paragraph (2) below, any Certificate of Insurance so issued shall not confer any rights upon the Certificate Holder, create any obligation on the part of the Underwriters, or purport to, or be construed to, alter, extend, modify, amend, or otherwise change the terms or conditions of this Policy in any manner whatsoever. In the case of any conflict between the description of the terms and conditions of this Policy contained in any Certificate of Insurance on the one hand, and the terms and conditions of this Policy as set forth herein on the other, the terms and conditions of this Policy as set forth herein shall control. (2) Notwithstanding Paragraph (1) above, such Certificates of Insurance as are authorized under this endorsement may provide that in the event the Underwriters cancel or non -renew this Policy or in the event of a Material Change to this Policy, Underwriters shall mail written notice of such cancellation, non -renewal, or Material Change to such Certificate Holder within a specified period of time; provided, however, that the Insurers shall have not be required to provide such notice more than 60 days prior to the effective date of cancellation, non -renewal, or a Material Change. The Insured shall provide written notice to the Underwriters of all Certificate Holders and the number of days' written notice of cancellation, non -renewal, or Material Change, if any, specified in each Certificate of Insurance (i) at inception of this Policy, (ii) 90 days prior to expiration of this Policy, and (iii) within 10 days of receipt of a written request from Insurers. Insurers' obligation to mail notice of cancellation, non -renewal, or a Material Change as provided in this paragraph shall apply solely to those Certificate Holders with respect to whom the Insured has provided the foregoing written notice to the Insurers. (3) It is further understood and agreed that Underwriters' authorization of the Certificate Issuer under this endorsement is limited solely to the issuance of Certificates of Insurance and does not authorize, empower, or appoint the Certificate Issuer to act as an agent for the Underwriters or bind the Underwriters for any other purpose. The Certificate Issuer shall be solely responsible for any errors or omissions in connection with the issuance of any Certificate of Insurance pursuant to this endorsement. (4) As used in this endorsement: (i) Certificate of Insurance means a document issued for informational purposes only as evidence of the existence and terms of this Policy in order to satisfy a contractual obligation of the Insured. (ii) Material Change means an endorsement to or amendment of this Policy after issuance of this Policy by the Underwriters that restricts the coverage afforded to the Insured, All other terms and conditions of the Policy remain unchanged. 6/8/23, 12:06 PM M&C Review CITY COUNCIL AGENDA Create New From This M&C DATE: 6/13/2023 REFERENCE NO.: CODE: C TYPE: Official site of the City of Fort Worth, Texas FORT WORTH **M&C 23- LOG NAME: 202022 BOND YEAR 3 - 0464 CONTRACT 14 - LAN CONSENT PUBLIC NO HEARING: SUBJECT. (CD 8 and CD 11) Authorize Execution of an Engineering Agreement with Lockwood, Andrews & Newnam, Inc., in the Amount of $575,208.00 for Combined Water, Sanitary Sewer, and Street Paving Improvements for 2022 Bond Year 3 - Contract 14 Project, Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to Fiscal Year 2023-2027 Capital Improvement Program and Amend the Fiscal Years 2023-2027 Capital Improvement Program (2022 Bond Program) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an engineering agreement with Lockwood, Andrews & Newnam, Inc., in the amount of $575,208.00 for combined water, sanitary sewer, and street paving improvements for 2022 Bond Year 3 - Contract 14 project (City Project No. 104315); 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $458,501.00, transferred from available funds within the Water and Sewer Fund, for the purpose of funding the 2022 Bond Year 3 - Contract 14 project (City Project No. 104315) to effect a portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program; 3. Adopt the attached appropriation ordinance adjusting appropriations in the 2022 Bond Program Fund by increasing appropriations in the 2022 Bond Year 3 - Contract 14 project (City Project No. 104315) in an amount of $473,180.00 and decreasing appropriations in the Street Improvement -Deteriorating Streets programmable project (City Project No. P130019) by the same amount; and 4. Amend the 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 this Year 3 Neighborhood Streets Improvements project associated with the 2022 Bond Program. For 2022 Bond Year 3 - Contract 14 project, this includes water, sanitary sewer, and street paving improvements on 5.22 lane miles, on the following streets: Street From To Scope Adean Street Gilcrest Rosemere Paving/Water Drive Avenue Anna Street Bomar Wilkinson Paving Avenue Avenue Beach Street, W Adean Street Race Street Paving/Water/Sewer Bomar Avenue Hudson Street Beach Street Paving Fairview Street Noble Airport Freeway Paving Avenue apps. cfwnet.org/counci I_packet/mc_review.asp? I D=31092&cou nciIdate=6/13/2023 1 /4 6/8/23, 12:06 PM M&C Review Gilcrest Drive Adean Street Airport Freeway Paving/Water/Sewer Karnes Street Noble Airport Freeway Paving Avenue Rosemere Avenue Adean Street Race Street Paving/Water/Sewer Watson Street Barnett Meadowbrook Paving Street Drive Race Street* Beach Street Beach Street Water/Sewer Airport Freeway Frontage Fairview Cartwright Street Water Road* Street Airport Freeway Frontage Seaman Beach Street Water/Sewer Road* Street Wilkinson Avenue* Anna Street Beach Street Water Bomar Avenue* Hudson 660' west Water Street Taft Street* Bomar Scott Avenue Water Avenue Carter Avenue* Hudson Beach Street Water Street Alley between Carter Avenue & Hudson Beach Street Sewer Bomar Avenue* Street Beach Street* Bomar Lancaster Water Avenue Avenue Lancaster Avenue* Anna Street Beach Street Water *As part of this CIP project, the Water Department will replace cast iron water mains and/or deteriorated sanitary sewer mains as indicated. In Apri 2020, the Transportation and Public Works Department (TPW), Capital Delivery Division, published a Request for Qualifications (RFQ) for various engineering consulting services. Forty-six consultants responded to the RFQ for the Planning, Design and Construction Services for Neighborhood Streets Projects area with Statements of Qualifications (SOQ). An evaluation team of City Staff subject matter experts from the Capital Delivery Division of TPW scored the SOQs based on company experience, prior projects, workload, and team experience. A pool of nineteen consultants were prequalified for Neighborhood Street projects based upon these scores. In an effort to match consultants with projects specific scope, TPW asked the consultants to submit a response to a Request for Additional Information (RFAI) highlighting their proposed design schedule, sub -consultant availability, and project manager workload among other potential project elements. Respondents to the RFAI were scored and based on this scoring, Lockwood Andrews & Newman, Inc., was selected as the most qualified consultant to perform design services for this project The Transportation & Public Works Department's share on this contract is $257,955.00. The Water Department's share on this contract is $317,253.00 (Water: $219,668.00; Sewer: $97,585.00) will be available in the Water & Sewer Capital Projects Fund for the project (City Project No. 104315). In addition to the contract amount, $356,473.00 (Water: $115,360.00, Sewer: $25,888.00, Paving: $215,225.00) is required for project management, utility coordination and material testing. This project will have no impact on the Transportation and Public Works' annual operating budget nor on the Water Department's operating budget when completed. Design is expected to start in July 2023 and completed by November 2024. Construction should commence in May 2025 and be completed in September 2026. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. apps.cfwnet.org/council_packet/mc_review.asp?ID=31092&councildate=6/13/2023 2/4 6/8/23, 12:06 PM M&C Review The action in this M&C will amend TPW's contribution to the Fiscal Years 2023-2027 Capital Improvement Program as follows: Capital Fund Project Name FY2022 CIP Budget Change Revised FY23 Name Appropriations Increase/Decrease Budget 2022 Bond Street Imprv- Program - Deteriorating Sts- $44,335,041.00 $(473,180.00) $43,861,861.00 Fund 34027 PB0019 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 portions of the City of Fort Worth's Fiscal Years 2023-2027 Capital Improvement Program, as follows: 202022 Bond Year 3 - Contract 14 - LAN Capital Project FY23 CIP Authority Fund Name Name Appropriations W&S Capital 104315 - Projects - 2022 Bond $0.00 This M&C Fund 56002 Year 3 - Contract 14 Budget Change Revised (Increase/Decrease) FY2023 Budget $458,501.00 $458,501.00 2022 Bond 104315- Program - 2022 Bond $0.00 This M&C $473,180.00 $473,180.00 Fund 34027 Year 3 - Contract 14 Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating Fund for the purpose of funding the 2022 Bond Year 3 - Contract 14 project within the Water & Sewer Capital Projects Fund, and in the Street Imprv-DeterioratingSts programmable project within the 2022 Bond Program Fund for the purpose of funding the 2022 Bond Year 3 - Contract 14 project. Appropriations for the water, sanitary sewer and paving improvements for 2022 Bond Year 3 - Contract 14 project by Fund will consist of the following: Fund 2022 Bond Program - Fund 34027 W&S Capital Projects - Fund 56002 Existing Appropriations $0.00 $0.00 Project Total $0.00 *Numbers rounded for presentation purposes. Additional Project Appropriations Total* $473,180.00 $473,180.00 $458,501.00 $458,501.00 $931,681.00 $931,681.00 Business Equity Office: Lockwood, Andrews & Newman, Inc., is in compliance with the City's Business Equity Ordinance by committing to 25 percent MWBE participation on this project. The City's MWBE goal on this project is 25 percent. This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25675-08-2022) provides liquidity to support the appropriation. Available resources will be used to actually make any interim progress payments until debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022). This project is located in COUNCIL DISTRICT 8 and FUTURE COUNCIL DISTRICT 8 and 11. FISCAL INFORMATION/CERTIFICATION: apps.cfwnet.org/council_packet/mc_review.asp?ID=31092&councildate=6/13/2023 3/4 6/8/23, 12:06 PM M&C Review The Director of Finance certifies that funds are available in the current operating budget of the Water & Sewer Fund and in current capital budget in the Street Imprv-DeterioratingSts programmable project within the 2022 Bond Program Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects and 2022 Bond Program Funds for the 2022 Bond Year 3 — Contract 14 project to support the approval of the above recommendations and execution of the construction contract. Prior to any expenditure being incurred, the Transportation & Public Works and Water Departments have the responsibility of verifying the availability of funds. TO Fund Department Account Project ID ID FROM Fund Department Account Project ID ID Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: Program Activity Budget Reference # Amount Year (Chartfield 2) Program Activity Budget Reference # Amount Year (Chartfield 2) William Johnson (5806) Lauren Prieur (6035) Monty Hall (8662) ATTACHMENTS 202022 BOND YEAR 3 - CONTRACT 14 - LAN funds availabilitv..pdf (CFW Internal) 2022 Bond Year 3 Contract 14 Comp Memo.pdf (CFW Internal) 2022 Bond Year 3 Contract 14 Form 1295 Certificate.pdf (CFW Internal) 2022 bond Year 3 Contract 14 Map.pdf (Public) 2022 Bond Year 3-Contract 14 LAN FID Table Revised.xlsx (CFW Internal) ORD.APP 202022 BOND YEAR 3 - CONTRACT 14 - LAN 34027.docx (Public) ORD.APP 202022 BOND YEAR 3 - CONTRACT 14 - LAN 56002.docx (Public) PBS CPN 104315.pdf (CFW Internal) SAM Report Lockwood. Andrews & Newman Inc.pdf (CFW Internal) apps. cfwnet.org/counci I_packet/mc_review.asp? I D=31092&cou nciIdate=6/13/2023 4/4 FORT WORTH.:.; Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2022 Bond Year 3 Contract 14 — Engineering Agreement M&C: 23-0464 CPN: 104315 CSO: Date: DOC#: To: Name Department Initials Date Out 1. Filogonio Munoz TPW - initial fiz Jun 9, 2023 2. Justin Reeves Consultant - signature 4— Jun 9, 2023 3. Tingting Ren TPW - signature Jun 9, 2023 4. Mary Hanna TPW - initial Jun 14, 2023 5. Michael A. Owen TPW - initial M Jun 14, 2023 6. Lauren Prieur TPW - signature Jun 14, 2023 7. Doug Black Legal - signature ,dwb Jun 20, 2023 8. William Johnson CMO -signature W Jun 22, 2023 9. Jannette Goodall CSO - signature J� J u n 22, 2023 10. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContractsaFortWorthTexas.sov at ext. 7233 for pick up when completed. Thank you!