Loading...
HomeMy WebLinkAboutContract 62647CSC No. 62647 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 RLG Consulting Engineers, authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Water and Sanitary Sewer Replacement Contract 2023, WSM-Y — Project No. 105717. 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 $599,285.00 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 Ill Term Time is of the essence. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall be for a term beginning upon the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein pursuant to the schedule, whichever occurs first. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-Y] Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08-2023 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. Designation of Engineer's Personnel (1) The ENGINEER and CITY shall agree upon the designation of the ENGINEER's "Project Manager" prior to starting work on contract. (2) ENGINEER shall inform CITY in writing of a proposed change to their designated project manager prior to making the change or immediately upon receiving notification that the designated project manager is separating employment with the ENGINEER. (3) ENGINEER shall provide resumes to the CITY of the proposed replacement project manager(s), who shall have similar qualifications and experience as the outgoing person, for review and approval. D. 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. City of Fart Worth, Texas W&SS Rep] Contract 2023 WSM-Y] Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08-2023 Page 2 of 15 (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. E. 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. F. 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 City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-Y] Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08.2023 Page 3 of 15 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. G. 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. H. 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. City of Fort Worth, Texas W&SS Repi Contract 2023 WSM-Y] Standard Agreement for Engineering Reiated Design Services 105717 Revised Date: 12-06.2023 Page 4 of 16 I. 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. J. 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 (as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), Engineer acknowledges the MBE and WBE goals established for this Agreement 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. K. 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 City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-Y] Standard Agreement for Engineering Related Design Services 105717 Revised pate: 12-08-2023 Page 5 of 16 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 effect as of the time copying is performed. L. 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. M. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. N. 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. O. 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. P. 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, City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-Y] Standard Agreement for Engineering Related Oesign Services 105717 Revised Date: 12-08-2023 Page 6 of 15 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. Q. 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. City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-Y] Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08-2023 Page 7 of 15 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. 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. City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-Y] Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08-2023 Page 8 o€15 (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. 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. City of Fort Worth, Texas WBSS Repl Contract 2023 WSM-Y] Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08-2023 Page 9 of 15 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. 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, City of Port Worth, Texas W&SS Repl Contract 2023 WSM-Y4 Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08-2023 Page 10 of 15 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 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. 1. 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 City of Fort Worth, Texas W&SS Rept Contract 2023 WSM-Y] Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08-2023 Page 11 of 16 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. 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" City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-YJ Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08-2023 Page 12 of 16 shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, ENGINEER certifies that ENGINEER'S signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. N. Prohibition on Boycotting Energy Companies ENGINEER acknowledges that in accordance with Chapter 2276 of the Texas Government Code, 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 2276 of the Texas Government Code. To the extent that Chapter 2276 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, 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. 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 City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-Y] Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08-2023 Page 13 of 15 firearm trade association during the term of this Agreement, This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B - Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Attachment F — Insurance Requirements City of Fort Worth, Texas W&SS Repi Contract 2023 WStvt-YJ Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08-2023 Page 14 of 15 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER l� RLG Consulting Engineers William Johnson (J n 16, 2025 11:47 CST) i�� William Johnson Assistant City Manager Brent Lewis, P.E. Date. 01 /16/2025 onIl Senior Associate FORT �Bd Date: 1 /15/2025 pro °ep-0d0 ATTEST: ����'x*-a- aadb nEZA544 Jannette Goodall City Secretary APPROVAL RECOMMENDED: �__,6 Wad By: Christopher H rder (Jan 15, 2025 13:23 CST) Christopher Harder, P.E. Director, Water Department APPROV�� FORM AND LEGALITY By: Douglas Black (Jan 15, 2025 17:08 CST) M&C No.: 25-0012 Douglas W Black Sr. Assistant City Attorney M&C Date: 1/14/2025 Form 1295 No.:2024-1209732 Contract. Compliance Manager: By signing, I acknowledge that 1 am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Dena Johnson, P.E. OFFICIAL RECORD Project Manager CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas W&SS Repl Contract 2023 WSM-Y] Standard Agreement for Engineering Related Design Services 105717 Revised Date: 12-08-2023 Page 16 of 15 ATTACHMENTA DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•Y (FOREST PARK PHASE 2) CITY PROJECT NO,: 1135717 ATTACHMENT A Scaioe for Enaineerina Desian Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM-Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 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 Water and Water Water Sewer Sewer Street Limits CD Sewer Map No LF Size LF Size Notes: Park Place Ave. Colonial Pkwy. To g 2042-384 727 8" Rockridge Ter. Back of Lots A-E of Sisk Between Park Place 9 2042-384 168 8" L-3267 Heights Block 4 Ave. and Rockridge Ter. Rockridge Ter. Park Place Ave. to 2109 9 2042-3841 1,493 8" Rockridge Ter. 2042-380 Existing Easements L-909, Behind Properties Park Place Ave. to 9 2042-3841 1,701 8" L-972, Between Rockridge Ter. Rockridge Ter. 2042-380 L-1190, and Forest Park Blvd. L-1191 Within Tilley Park Between Park Place g 2042-380 653 8" L-1191 Ave. and Rockridge Ter. Park Place Ave. to 2042-384 958 101, Kensington Ct. Forest Park Blvd. - 9 Kensington Ct. to Park 2042-380 2,440 8" 695 8" L-1142 Pembroke Dr. Chatburn Ct. Existing Easements Behind Properties Between Forest Park Blvd. and Chatburn Ct. MIR Dr. Rockridge Ter. to 9 2042-384 1,736 8" Warner Rd. Pembroke Dr. to Dead 9 2042-384 557 8" End Park Place Ave. to 9 2042-384 Windsor PI. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 1 of 17 1,149 8" L-499, L-501 ATTACHMENTA DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSMN (FOREST PARK PHASE 2) CITY PROJECT NO,: 105717 Windsor PI. to Glenco 2042-380 1,218 12" Ter. Berkeley PI. 9 Pembroke Dr, to Dead 2042-384 569 B" End Dartmoor Ct. PembrokeDdr. to Dead 9 2042-384 569 8" Kensington Dr. Kensington Ct. to 9 2042-384 435 8" Rockridge Ter. Kensington Ct. Rockridge Ter. to Forest 9 2042-384 356 8" Park Blvd. Berkeley PI. to Warner 697 121, Rd. Windsor Pl. 9 2042-380 Forest Park Blvd. to East 1,924 8- of Stanley Ave. Huntington Ln. Forest Park Blvd. to 9 2042-380 1,431 8" Warner Rd. Stanley Ave. Windsor PI. to Glenco 9 2042-380 1,432 8" Ter. Back of Properties Forest Park Blvd. to M-74, Between Ward Pkwy. Warner Rd. 9 2042-380 1,332 10" M_79 and Park Hill Dr. Total Water Total Sanitary Sewer 16,542 LF 5,698 LF WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Plan Submittal Checklists TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, ■ communicate effectively, ■ coordinate internally and externally as needed, and ■ proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. City of Fort worth, Texas Attachment A PNO Release Date: 08.1.2014 Page 2 of 17 ATTACHMENTA DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly MIWBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 10 MWBE reports will be prepared • 4 meetings with city staff • 10 monthly water department progress reports will be prepared • 10 monthly project schedule updates will be prepared City of Fort Worth, Texas Attachment A PMO Release Date: OBA,2014 Page 3 of 17 ATTACHMENTA DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WShI•Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 1851W 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 MIWBE Report Form and Final Summary Payment Report Form G. Plan Submittal Checklists (See Task 9) TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives that enhance the system, ■ Present (through the defined deliverables) these alternatives to the CITY ■ Recommend the alternatives that successfully addresses the design problem, and • Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. 2.2. Geotechnical Investigations • ENGINEER shall advise the CITY of test borings and other subsurface investigations that may be needed for the project. If the CITY determines that City of Fort Worth, Texas Attachment A PMO Release date: 08.1.2014 Page 4 of 17 ATTACHM ENT A DESIGN SERACES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 such borings or investigations are needed, then the ENGINEER shall work with the CITY and CITY's geotechnical consultant to draw up specifications for such testing program. The cost of such testing will be paid for by the CITY. 2.3. Fire Line Reconnection 2.4. The Conceptual Design Package shall include the following: • Cover Sheet • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. • Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative form. • Documentation of key design decisions. • Estimates of probable construction cost. ASSUMPTIONS • 0 Geotechnical borings are expected for this project. • 2 copies of the conceptual design package (30% design) will be delivered. Report shall be letter sized and comb -bound with a clear plastic cover. Drawings will be 11"x17" size fold outs bound in the report • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet • 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 City of Pori Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 17 ATTACHMENTA DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•Y (FOREST PARK PHASE 2� CITY PROJECT NO,t 105717 be indicated for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall nroiect easement lavout sheet(s) with property owner information. Overall project water and/or sanitary sewer lavout sheets. The water layout sheet shall identify the proposed water main improvement/ existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Benchmarks per 1,000 ft of plan/profile sheet — two or more. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Plan and profile sheets which show the following: proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroutelrelocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the 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 City of Fort Worth, Texas Attachment A PMO Release Dale: 08.1.2014 Page 6 of 17 ATTACHMENTA DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 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; (`I) by the ENGINEER if included in the fee proposal; or (2) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or (3) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options, the ENGINEER shall propose appropriate de - hole locations in the project and collect flow line elevation and other applicable information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • Provide map showing location of new manhole construction at the end of existing sewer segments, 90 degree bends, or tee connections. Site survey or specific design plans for manhole construction is not included as part of the scope. The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. manhole construction. The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-section of the CITY's specifications. These may 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. 3.2, Geotechnical Investigation • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. 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. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. City of Fort Worth, Texas Attachment A PMO Release pate: 08.1.2014 Page 7 of 17 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 3.5. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's Buzzsaw website. The typicals need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. ASSUMPTIONS • 1 public meeting(s) will be conducted or attended during the preliminary design phase. • 0 borings at an average bore depth of NIA feet each will be provided. • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an additional 1 project specific traffic control sheets will be developed. • 2 sets of 11"x17" size plans will be delivered for the Constructability Review. • 2 sets of 11"x17" size plans will be delivered for the Preliminary Design (60% design). • 2 sets of specifications will be delivered for the Preliminary Design (60% design). • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • 1 set of 11"x17" size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Traffic Control Plan D. Storm Water Pollution Prevention Plan E. Estimates of probable construction cost F. Data Base listing names and addresses of residents and businesses affected by the project. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 8 of 17 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 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: For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Fallowing a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 2 sets of 11"x17" size drawings and 1 set of 22"x34" size drawings and 1 set of specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 2 sets of 11"x17" size drawings and 2 sets of specifications will be delivered for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. City of Fort Worth, Texas Attachment A PMO Retease Date: 08.1.2014 Page 9 of 17 ATTACHMENTA DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM-Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 TASKS. 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 Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary 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 Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders' questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. City of Fort Worth, Texas Attachment A PMO Release Date: 06.1.2014 Page 10 of 17 ATTACHM ENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM.Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956—org47.pdf" where "W-1966" 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- 36667" 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—orgl8.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Buzzsaw. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. 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. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. City of Fort Worth, Texas Attachment A PMQ Release Date: 08.1.2014 Page 11 of 17 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM-Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 5 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 5 sets of 11"x17" size and 5 sets of 22"x34" size drawing plans and 5 sets of specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre -construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As -Built Survey o Red -Line Markups from Contractor City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 12 of 17 ATTACHMENT DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•Y (FOREST PARK PHASE 2) CITY PROJECT NO„ 105717 o Red -Line Markups from City Inspector o Copies of Approved Change Orders a Approved Substitutions The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red -lined drawings shall be returned to the CITY with the mylars. 1) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Sinaular 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_rec47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "47" shall be the total number of sheets in this file. Example: W-0053—rec3.pdf and K-0320_org5.pdf Il. Water and Sewer file name example — "X-35667_rec36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755—rec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1,2014 Page 13 of 17 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 ASSUMPTIONS • 3 RFI is assumed. • 0 Change Orders are assumed • One copy of full size (22"04") mylars will be delivered to the CITY. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings on Mylar TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right -of -Way Research 0 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. 7.2. Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM for real property acquisition • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare and submit Temporary Right of Entry documents for landowners to CITY PM for real property acquisition. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 14 of 17 ATTACHM ENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 ASSUMPTIONS • 29 Easements or right-of-way documents will be necessary. • 75 Temporary right -of -entry documents will be necessary. • Right -of -Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on -ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary Right of Entry Letters TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, 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, 518" 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). City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 15 or 17 ATTACHMENT DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM.Y (FOREST PARK PHASE 2) CITY PROJECT NO.: 105717 Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. No less than two horizontal bench marks, per line or location. - Bearings given on all proposed centerlines, or baselines. - Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • Topographic survey at intersection will include no more than 100 ft. in each direction. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. TASK 9. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffic Traffic Street Water Control Control Control Traffic "A" Storm Storm Lights /Sewer Traffic 30% 60% 90% Attachment Signal Water (Submit Wain (submit Engineering Type (Submit All 30%Wate 30/0 60 /o All @ All @ (Submit All @ 3D°lo) 30% 60%) @ 60%) Required for all work in City ROW Street X X X X X. X X X X Storm Water X X X X X Water I Sewer X X X X *If included in street project City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 16 of 17 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM•Y (FOREST PARK PHASE 2) CITY PROJECT NO,: 105717 Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition including temporary right -of -entries. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre -qualification, bid protests, bid rejection and re- bidding of the contract for construction. Construction management and inspection services 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 Subsurface Utility Engineering Levels A, B, C or D • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right -of -entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth, Texas Attachment A PMO Release Data: 08.1.2014 Page 17 of 17 ATTACHMENT B COMPENSATION Engineering Design Services for: WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM-Y (FOREST PARK PHASE 2) City Project No. 105717 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $ 599,285.00 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. 11. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. Ill. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of TPW and the Water Departments monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8,09,2012 Page 1 of 3 AM ATTACHMENT B WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM-Y (FOREST PARK PHASE 2) City Project No. 105717 COMPENSATION IV. Summary of Total Project Fees Firm (Prime Consultant IRLG Consulting Engineers Proposed MWBE Sub -Consultants Visintainer Engineering, PLLC �PIC Printing Non-MWBE Consultants Primary Responsibility I Water Dept. Fee Amount `Surveying, Water and I 522,285.00 o 87.2 /o Sanitary Sewer ( Design Water and Sanitary Sewer 75,000.00 o 12.5/o Design Reproduction $ 2,000.00 0.3% TOTAL $ 77,000.00 100.0% TOTAL $ .1 0.0% COMBINED GRAND TOTAL 599,285,001 100% Project Number & Name WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2022, WSM-Y $ (FOREST PARK PHASE 2) City Project No. 105717 Total Fee 599,285.00 MBEISBE % U.8% City MWBE Goal = 12.67% Consultant Committed Goal = 12.8% EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Engineering Design Services for: WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM-Y (FOREST PARK PHASE 2) City Project No. 106717 City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 3 of 3 MN Professional Services Invoice Pro* 4Manager: Dena Johnson. P.E. WATER AND SANITARY SEWER REPLACEMENTS CORTRACT 2023, SM-Y Project: (FOREST PARK PHASE2) City Project #: �105717 i City Sec Number: I Company Name: IRLG Consulting Engineers Supplier's PM: (Ashleigh Moreland, P.E. Supplier Invoice #: I Payment Request #: I Service Date:From I Service Date:To I Invoice Date: I Summary Supplier Instructions: Fill in green cells including Invoice Number, From and To Dates and the included worksheets. When your Invoice is complete, save and close, start Buasaw and Add your Invoice to the Consultant folder within Projects folder. I email: zmoreland(MrIcinc.com I Office Address: 825 W. Vickery Boulevard, Suite 105, Fort Worth, TX 76104 Telephone: t817j 687-0800 Fax: li 17 687-0805 Remit Address:) Sheet FID and Work Type Description Work Type 1 Water Improvements Work Type Saritary Sewer i mprovements Totals This Invoice Agreement LTD Agreement Amendment Amountto Completed Amount Amount Date Amount S445,745.00) S445,745.00 $153,540.00, $153,540.00 $599, 285,00 $599,285,00 Overall Percentage Spent: Percent ($) Invoiced Current Spent Previously Invoice Remaining Balance S445745.00 $153:540.00 $599285_00 Professional Services Invoice ProjectManagor. Dona Johnson,P.E Project: WATER AND SANITARY SEWER REPLACEME City Project #: 105717 Work Type Desc: Water Improvements I Supplier Instructions: FED: City Sec Number: Fill in green cons Including Percent Complete and Invoiced Previously Quanitias Purchase Order: { I When your Invoice is comploto, save and close, start 6u=aw and Add your invoice to the consultant folder within Project's folder. Company Name: R.6consulting Englnoom Suppliers PM: Ashleigh Moroland, P.E. email: omoroland(Mdglnc.com Supplier Invoice #: Office Address: 525 W, yickory Boulovnrd, Sulto 105. FortWorth, TX 76104 Payment Request#: Telephone: (a17)687-oe00 ServiceDate:From Fax: (817)687.0805 Service Date:To Invoice Date: Remit Pay Items I Description 130 - Dosipn I Agreement LTD Agreement Amendment Amendment Amount to Completed Amount Number Amount Date Amount $445.745.00 1 $445,745D0 I � I I I I I Totals This Unit: $445.745.00 $445,745.00 Overall Percentage Spent: Percent ($) Invoiced Current Remaining Spent Previously Invoice Balance { S445.745.00 $445.745.00 Professional Services Invoice Projoct Manager. Dona Johnson,P.E Project: WATER AND SANITARY SEWER REPLACEME City Project #: 1 C5717 Work TypeDesa ISanitary Sewer Improvements supplier Instructions; Flo: City See Number: Fill In green calls including Percent Complete and Involcod Previously Quanitles Purchase Order: When your Invoice is complete, save and close, start Buusaw and Add your invoice to the Consultant folder within Project's folder. CompanyName: RLG Consulting Engineers Suppliers PM: Ashleigh Moreland. P.E. email: amoroland@riglnc.com Supplier Invoice #: Office Address: $25 W. Vickery Boulevard, Salto 105. Fort Worth, 7X 76104 Payment Request#: Telephone: (817)6e7-OBDO Service Date:From Fax: (817) 607-oeo5 Service Date:To Invoice Date: Remit Pay Items Agreement LTD Agreement Amendment Amendment Amountto Completed Description Amount Number Amount Date Amount 30 - Deshn I I I S153.540.001 � � � $153.540.00 Totals This Unit: 1 � � s/53.540.00 I I $153.540.00 Overall Percentage Spent: Percent ($) Invoiced Current Remaining Spent Previously Invoice Balance S153.540.00 $153.540.00 Task No. 1,0 1.1 1.1.z 12 t.Z1 I 1.2.2 1 11.9 I 124 I2-D 121 1 2,2 I 2.3 13.0 I 3.1 1 3.2 9.3 3.4 3.5 36 4,0 4.1 I 4.2 I 4.3 16.D 1 5,7 5.t.1 5.1.2 5.1.3 5.1.4 5.1.5 B.D 6.1 6.t.t 8.1.2 1 8.1.3 I 6.1.4 I 8.1.5 1 62 17.0 1 7.1 I 1 I .3 ja,D 8.1 9.0 9.1 Task Descrlptlon Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Water Department Design Services for WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM-Y {FOREST PARK PHASE 2) City Project No. 9 D5717 I Labor thoura i I Subcons iltant Enffnse Prindpal ProJart ProJoct ER CAOD ROILS survey 5urv.y Admin, Total Labor I Subconsultant Mans&p,er Enalnear Tech Craw Cest Roproductlon Haw 52T0 522a 5170 514S $136 $220 513D $140 $80 MWBE Non-MWBE . P� pmant 40 14 1 34 1 0 1 0 0 a 20 $21.260 $ - SO $0 Coneretmcmbons and RoParend PI-D-M Coordination Maalmo foaeanr 1 ...no) Ovi Submittal Rev- MaaOnRS ..numea 3 moobnm P q1Qpl. Monthlyy Prooroaa Rpp�� 0 1QP mantra I PrdE a Mordl MBFJSBE Kd �ps limos 10 men al ICon¢a DO,?�,8.n 13D-0arcant I, ata a (as�yJn9s 21.870�F Te'J U Ce of 001+jj11n {�gcltngo (nneumes 21,�0 LF total) Y ¢tru EcBno f70%1 Prollmina Doslpn�eO.Parcenp Pr¢Ilmin%%��� I/jpj�n"norn Or:11., iah111N KCVI.w P.M. Method U611}}yy Gtiaronco Tr¢{(it C.ntal Plan Cansaue9an E¢9mate Io0%) r"i DoslJ,qj Final Dr1g I%l Can.tniebon Plana and SpadeCppon¢ 00k I(F�,in 4lruca.nl Esdnf0ta9 (9C`Yo aTiE 1000%1 IBId Ph.- 1BItl 5y yy¢n I Uo1�5tl and Sall Centmtt Documents and Manton Plan Halloo Lief I bevo eRQ�fy�g9�� ea 3) 1 ACan Pro-'oig Conlervnea TebuOte Bids and R.eommend Award I{ I¢we Cantormod Cone.ol Il- tints I� j(VyjlgR �p p3ervleu 1 Apand Proconsauttion Cenferanco 1 Ati Pubes Mecli Prelect site Veer, fo¢¢1 110 ma of conga' 61 v1¢9 bar WN) Shop Orai Suamihal Revl.w RagyVitt for Inlormuboit Re ow fosoumos 3) 1 .cord Or nw IROME-iiinnent Sorvl- PochW}-Wtlyg Rti¢earcn (t�9Ont-a1.wo� p m0 1 e gpflraban ¢nd Sabminal l¢eWm.a jH ner....nit IT.mpornry r.1t of EnW 9ubmmd la.wmoa 75) ISUry 1Og ; '.-Y jAtldlEHfl!731N%Q9 N47Yopuo.tioo by the any Gay of Fort Worth, Ta Attachment B -L.vo1 of Effort SupPlemeht PMO Of otul Rel000e Dote: 8.09.2012 al) I I I I I I I 2 I 2 I 12 I 12 I I I 0 I 10 I 0 I 46 772 1 1 1 2 I a 1 1 40 I 100 I 4 I a I 6 I 70 I 106 I 60 I 100 I 4 2 2 2 2 4 D 30 70 I 20 50 I a 78 I 2 4 I 0 9 D I I 2 I I 3 2 I t I 1 I 0 54 30 I I I 2 I 1 z I I 30 I I 10 I 30 I I e I I 4 1 I 0 I I 4 0 I I I I 4 I 0 12 0 1 I I I 12 I I Totals) do 239 352 I!Faotajplo f,%Foolr�¢¢ OOM Foe WaMI 78.54'LI 74% 1 4a�.745 Sawml 5,B981 28% 3 113,Sa1 TM 222401 1eV% S 599,285I I I msa I I I I 14.680 I 10 S2,500 I I I I I 1D 52.5001� 756 1 220 l 0 I 0 I 0 1 16 58276D15 B I I I I I a yy 1140 220 1 I 1 B $4.0401 40 252 0 0 0 2 D01 S"`01 S 130 I 240 0S I I I I I I SDI 4 8 I I I I I 52.5401 4 I I I I I 11.0201 I 4 I I I J St.3201 z I I 2 1 s1,s701 IN 1 260 I 0 I 0 0 1 52 1 ST5,7aol $ 80 180 I I I I 34 1 551,520�S 40 $0 I I I 14 I $22.200, 4 I I I I 4 52.0201 21 5 I 0 I 0 I 0 77 I EA.71515 a I I I I I I a I 1L340 3 8 I I I 3 I S2,1451 2 I I I I + 37301 4 I z I 196 a1 a I I 2 I st,54D1 74 Z4 I o I I 0 a 11 I 531.93v1 2 I I I I I I I I 1 S7301 2 I I I I 37301 30 I I 310.9501 20 12 I I I I I a I 3 I I Baal SIT 1,. I01 6 24 I I I I I S5,2a0 0 t60 60 I 156 I 143 1 32 I $79.24(1 150 I I fl0 I 16 I 140 141 520801 Eyq 1 8 32 I S ,508I 0 280 1 40 1 120 I 300 l 0 1 S100.8401s 211 40 I I 12D I 300 I I I I I 1108 ea01 $30�iw1 I 1 I I 530.0001 515 1202 190 I 276 I 446 144 I 5522.28615 Water Urd SOW rP¢c1g, Broakdo»n I Water. Swum Sawm I Footg7 1 % 1 Lr %1 Cantraot 1 16. 121 74% S 445,745 5.BB8 28% S TOTALI 16.5471 74% S a45,745 5,6. 2B%I $ I Total Export.- Task %Complete R...Ining cost Sub Total Budget so $21.250 521.260 S700 $760 $4,5110 $4 880 32.500 $2.500 $2,500 52 S00 22.000 S01 $01 $2ZDD0 SIK760 $104.760 I $2.9201 I $2.920 22.0o01 I S22.0001 $97,8001 I S97,900 I I s4,0401 I $4.040 24.000 $ul SDI $24,0001 $111.5001 I 5177.900j 24,001 l I 52a.0001 5705.a501 I S105,4501 I I I I $01 I S01 I I I s22,,Sa01 I S254o I I S7.DR01 I Sul I 1 31.3201 1 $1.320 I I 37.5701 I S1,570 21.III 1 SOl S01 325.D091 5.1,7401 I $101,740 t0.0001 I I 518.0001 589.5201 I S69.520 8=0I I I 30.0001 $30,2001 1 $30,200 SUN! S2,020 - $ol SZDW1 S2DD91 I $9.7151 1 $3,716 I I I I I I I 1 1 I I st 3ao 1 s2�a51 I 113a0 RiaS I I I 5T I I I I S901 96o1 1 E939 601 52.0001 S2,0001 $3,5401 1 S3,5401 $3.900: SDI $01 I S3,0001 I S30.8301 I I I 634.a301 I I I I I I I I I I I I $7307301 1 I $7301 730 I I 510, 950 S70,B50 I I 1 I I I 31 D `e4D 5?�b9 I it D,a4U 53?00 S3,0001 I I S3.0001 Sa.2Ba I $8.260 - I so: SDI $01 $79,2401 1 $792co I I I I $2,080 • I Sal So' S01 $105.5401 I E106.840 I I I 1 11/69401 I $1 off... I $01 $01 501 53N`o�c! I S30.000 1 I I 1 53Nol I s30.000 T5.0001 $01 $2.000: 1111 $699.2851 0%l $699,285 I I Prolott Summary ITottl SI Celt Remalriing Buddi I Total Hvurs Total Leber 3 316 3522.�51 [IC1,01al. i53,540 I S 598.285 0%I 1 599,2851 Tend E. . $77,000: 153,540 I S 38B,2B3 O�el 5 599,2851 MBEISBE BUOronvuiJ 31,,011 Non-MBEJSBE S'tiodi u! S01 MBF1SH�r Puago�gy��ll 126%I To(I P/dlbc! Cosll f5991B5 EXHIBIT "B-3" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST SUMMARY Water Line Sanitary LOCATION Improvements Sewer Line Project Total Improvements Park Place Ave. $354,608 $354,608 (Colonial Pkwy. To Rockridge Ter.) Back of Lots A.E of Sisk Heights Block 4 $42,696 $42,696 (Between Park Place Ave. and Rockridge Ter.) Rockridge Ter. $746,900 $746,900 (Park Place Ave. to 2109 Rockridge Ter.) Existing Easements Behind Properties Between Rockridge Ter. and Forest Park Blvd. $372,450 $372,450 (Park Place Ave. to Rockridge Ter.) Within Tilley Park $106,529 $106,529 (Between Park Place Ave. and Rockridge Ter.) Forest Park Blvd. $1,334,996 $258,815 $1,593,812 (Park Place Ave. to Park Hill Dr.) Pembroke Dr. $885,293 $885,293 (Rockridge Ter, to Warner Rd.) Chatburn Ct. $298,904 $298,904 (Pembroke Dr. to Dead End) Existing Easements Behind Properties Between Forest Park Blvd. and Chatburn Ct. $246,874 $246,874 (Park Place Ave. to Windsor PI.) Berkeley Pl. (Windsor PI. to Glenco Ter.) $495,372 $495,372 (Pembroke Dr. to Dead End) Dartmoor Ct. $296,005 $296,005 (Pembroke Dr. to Dead End) Kensington Dr. $222,403 $222,403 (Kensington Ct. to Rockridge Ter.) Kensington Ct. $164,663 $164,653 (Rock(idge Ter. to Forest Park Blvd.) Windsor PI. $1,064,974 $1,064,974 (Forest Park Blvd. to East of Stanley Ave.) Huntington Ln. $747,903 $747,903 (Forest Park Blvd, to Warner Rd.) Stan toy Ave. $765,934 $765,934 (Windsor PI. to Glenco Ter.) Back of Properties Between Ward Pkwy, and Park Hill Dr. $140,162 $140,162 (Forest Park Blvd. to Warner Rd.) TOTAL $7,377,946 $1,167,626 $8,545,472 133-1 ITEM DESCRIPTION OF ITEM 1 6'Water Plpo___ 2 8"Water Plpe 1 3 10" Water Pip. 1 4 12' Water Pip. 5 1Du.nle Iran Water Fittings Ya Restraint 6 16' Gat. Volvo 7 16' Got. Volvo 8 110" Gate Volvo 9 12" Got. Volvo 10 Flre Hydrant 11 Connection to Exlating 4"-12"Water Main 12 1" W4Mr Sorvlco, Meter Reconnection 13 1` Wotor Sorvlco 14 Remove Concrete Curb 8 Gutter 15 Ramove 8" Water Volvo 16 Emmove8WaterVal17 mov. 10'WtrVolvo 18 move 12" Water Volvo 19 1Salvage Fire Hydrant 20 314"Water Motor 21 JS.N.g' Tompomry Asphalt Paving Repulr 124 HMAC on 5" Flexbasot 22 11" Pavement Pulverization 23 24 jCmrrt-Ums(32lWSY) 3" Asphalt Pavemont Typo "D" 25 G' Con=to Curb and Guitar 26 1Top3cll 27 Block Sod Placoment 28 T.mperaryWater Sorvlcos 29 Traffic Control 30 SWPPP : 1 acre 31 As-Bulll Survey 32 Construction Staking 33 Water Construction All -rice EXHIBIT "B-4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST WATER LINE IMPROVEMENTS CPMS UNITS Park Place Am. Rockridge Tor. Forest Park Blvd. BID No, Qty. cost Cty. Cost City. cost -- �- 3311.0141 - LF D - S0,DO - 10 $700.00 -30- E2t0O.OD 3311.0241 LF 7207 $54.525.00 1.493 5111,975.00 2.440 $183.000.00 3311.0341 L.F 0 1 50.00 - 1 5D.00 958 $81,430.00 3311.0441 LF - I SO.00 - 1 SO.00 - $0.00 3311.0001 TON C.73 1 $4.725.50 1.49 1 $9.704.50 244 1 $15,BW.Do 133123DC2 EA - 1 $0.00 1 1 $1,200.00 3 $3,800.00 133123003 EA 2 1 $3.000.001 4 $6,000.00 6 $9,OOD.CO 133173004 LA - $0.001 - $0.00 3 S5,400.00 1 3312.3005 1 EA - $0.001 - I $D.001 - $0.00 133120001 EA - $0,001 1 1 $6,000.001 3 S15,000.001 133120117 I EP. 1 $3,500.001 1 1 $3.500.001 6 $21,COD.001 133122DO1 EA 1 6 $1,800.001 21 $::311.11 52 S15.600.001 133122003 EA 1 6 $7,200001 27 Y25,20D,001 52 $82400.001 10241.1300I LF 1 24 $240.001 88 $880.001 220 S2200.00 0241.13021 EA 1 1 S200.001 4 1 5800.001 4 wO.00 D241.1303I FA 1 13 $3,25D,OOI 1 $250.001 - $0.00 1 0241.1304 1 EA I - $0.001 - $O.COI 2 $6DO.DO 1 0241.13051 EA 1 $0.001 - $0.001 - $0.00 D241:15111 1 1 - 10.0.1 1 $500.001 3 $1,500.00 024115111 EA 1 6 $800.001 21 $2100.001 52 55,200.00 3201.04001 LF I SIT $16,340.001 1.808 338,160.001 3,220 $64,400,00 0241.17001 BY I Z423 $24.231331 4,977 $49,768.671 7.554 $75,541.67 3211.05011 TN 1 39 511,632001 80 $23,889.001 121 $36260.001 32120031 BY 1 2.423 $181,750.001 4,S77 $373,250.001 7,554 5565,562.501 3216LO1011 LF 1 24 $1,200.001 88 S4,400.001 220 $11,000.001 3291.01001 CY 1 20 $80.001 7.D 5280.001 17.3 $03.331 329201001 SY 1 18 S360.001 63 $1,260.001 155 $3,120ACI 3304,01011 LS 1 0.05 $1,739.591 0.10 $3,572,501 0.23 $0,130.851 3471.00011 MO 1 0.73 $3.635.001 1.49 $7,465.001 244 S12200-001 312SOt D1I LS 1 0.05 $124.261 0.10 $255.181 0.23 1 $581781 0171A7021 LS 1 0.05 $240.511 0.10 S510.361 0.23 1 $1.161.551 0171,01011 LS I O,OS S497.031 0.10 $1,02D.T21 0.23 1 $2,323.101 9999.0001 1 LS I D.05 $1.491.081 0.10 1 $3,D82.151 0.23 1 $6,969.301 Subtotal Cost $322.371 $679.000 S1,213,633 10% Contingency $32.237 $67,900 $121,363 TOTAL Cost $354.608 $746.900 S1,334,996 B4-1 Pornbroke Dr. Chathunn Ct. Otty. Cost CRY. Cost 0 $0.00 10 FMCLO 1.736 $13D,200.00 $57 $41.775.00 - 30.00 - $0.00 - $0,00 - $0.00 1.74 S11,284.00 0.56 $3,62D.50 - $0.001 1 $1,200.00 3 $4,500.001 1 $1,500.001 $0.001 - $0.00 - $0.001 - $0.00 $0.001 1 $5,000.00 1 $3.500.001 - $0.00 37 $11,100.001 15 S4,500.00 37 $400O.001 15 318.000.00 148 $1,460.01 e4 $640.00 3 $600.(301 1 $200.00 - $O.DOI - SO.00I $0,00 $0,001 $0.00 $0.001 - $O.DO 1 1 $500.001 37 $3,700.00 15 1 $1,500,001 2,291 $45,820,00 782 1 $15,640.001 5.787 557,866.67 1.857 1 $10,566.671 93 1 $27,776,OOI 30 1 Se.912001 5,787 1 S434,D00.001 1,857 1 $139,250,001 148 1 $7.400.00 64 1 $3,200.001 123 1 S493.33 5.0 1 S200.DOI 111 1 $2,220.001 45 1 $900,001 0.12 1 $4,153,951 0.04 1 $1,332.811 1.74 1 $8.680.001 0.56 1 $2.785.001 0.12 1 5298.711 0.04 1 $95.201 0.12 1 $593,421 0.04 1 $190.401 0.12 1 $1,188.851 D,04 1 5380.80I 0.12 1 $3,560.54 0.04 1 $1,142411 38D4,811 S271,731 560,481 $27,173 5885,293 $298,9D4 BorkoloyPl. UNIT TOTAL TOTAL COST I COST Cry. coat 40 1 $2,800.00 90 S70.00 S6,3DO 569 $42.675.00 7.522 $75.001 $564,150 - $0.00 958 $85.001 $81,43C 1,218 S121,800.00 1.218 $100.001 $121.800 0.57 $3.698.50 8 SS , SOO.OD1 S48,893 4 $4,600.00 9 $1,200.001 $10,80C 7 $10,5DO.001 23 $1.500,001 $34,500 - $0.001 3 51,BOO.001 S5,400 - So.00 0 $2,10D.001 $01 4 $20X0.001 9 $5.000.001 $45,0001 5 $17,500.001 14 $3,500.001 $49,0001 15 S4,500.00 146 I 5300.00 $43.000 15 S16,000,00 146 1 51,200.00 $175,20C 76 S760.00 620 1 $10.00 $6,200 1 1200.00 14 1 $200.00 32800 30.00I 14 1 S25D.001 $3.500 $0,001 I 2 1 $300.001 $60D 7 32,450.001 7 1 $350.00 S2450 4 1 $2.000.001 9 1 S500.00 $4.500 15 1 $1,500.001 146 1 $100.00 $14.600 794 1 $15.880,001 9,712 1 $20.00 $194.240 1.69T 1 $18.966.671 24,494 1 $10.00 5244,942 3C 1 $9,104,001 392 1 S300.00 $117.5721 1.697 1 $142,250.D01 24,494 1 $75.00 $1,837.0531 76 1 S3.800.001 820 1 S50.00 $31.0001 5.0 1 $200.DOI 49 1 $40.00 11,947 45 $900.001 4se 1 $21) $8,T60 0.04 S1,361.521 0.58 1 $35,COD.00 $20.291 0.57 1 $2.845.DOI 8 1 $5.00D.00 $37.610 0,04 1 $97.251 0,58 1 r2,50D.00 51,449 0.04 $194.5C1 0.58 E5,000.00 52,tI. 0.04 1 $389.011 0.58 1 $1 D,OOD.00 $5,7971 0.04 1 S1.167.D21 0.58 1 $30.000.001 $17.3921 $450,3381 Subtotal Water $3,741,88$ S45,0341 10% Contingency $374,189 $495,3721 TOTAL Waterl $4,116,074 ITEM DESCRIPTION OF ITEM -___-- 2 B' Water Pipe 3 1 D- Water Pip. 4 12' W at.r Pip. 5 Ductllo Iron Water FBtings W Rwtralnt 6 6' Gate Volvo 7 1a' Gato Vatic 8 I Ia" Gat. Volvo 9 112" G.to Valve 10 IFlre Hydrant 11 Connection to Ericdng 4"-12"Water Main 12 11' Water Svw1co, Meter ReoonnoMdon 13 11" Water Service 14 [Remove Conacto Curb 8 Gutter 15 [Remove 6" Watcr Volvo 16 IRomovo F' Water Valve 17 [Remove 10" Water Volvo 18 IRamovc 12" Water Volvo 19 1S.N go Fire Hydrant 2C 15a1vog. 314" Water Motor 21 ITempomry Asphalt Paving Repair (2' HMAC on e' Flexbaso) 22 11'. Pavement Pulverization 23 Comem-Lime (321NSY) 24 �TAsphalt Pay.mort Typo"D" 25 16' Concrete Curb and Gutter 26 ITop.od 27 IBlock Sod PI ... mant 29 IT4mpomry Water Services 29 ITramc Control 30 ISWPPP e 1 aa. 31 1As-Buitt Survey 32 1 Constructon Staking 33 Wator Construction Allorunce EXHIBIT " B-4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST WATER LINE IMPROVEMENTS CpMS Dartmoor Ct. Kensington Dr. Kensington CL [.Anchor PL Huntington Ln. Stanley Ave. I UNIT BID No. UNRS TOTAL COST t CRY. Coat O ty. Coat q ry, Cost qty, cone i ty. cost Clry, Coat 3s1i.D1a1 IF -- 10 5760.00 10 - $iDo.o6 - 6 ED,DE'-"io' - -- $7vo.o0 0 ' "aiDo.do- D -- $o.o0 40 $70.00I I U. Sao $42, 435 $32.625,00 356 M,700.000.00 1.924 $144.3 1.431 $107.325.0 1.432 $107.400.00 8 7 $461.02 13311.0241 LF I $0.00 0 00 0 $75.00 5.00 3311.0441 LF - $0.00 - $0.00 - $0.00 697 $69.700.00 - I so.00 - I $0,00 697 $1co.- 569,700 3311.0001 I TON o.57 3,'98,50 I $ 0.44 $2,827.5C D,36 $2,314.00 1.92 $12.506,00 1.43 $9,3C1.50 1-43 $9,300,001 6 $6,500.00 539,956 331230021 FA 1 $1,20D.DO 1 $1,200.00 1 50.00 1 1 $1.200.00 1 I S1.200.00 1 $0.001 4 $1200.DD $4,800 331230031 EA 1 $1.500.DO 2 53.D00.D0 2 1 $3,000.00 6 1 $9,000.DO 3 $4,5D0.00 3 S4,5D0.001 17 1 31,500.001 S25.500 EA I $0.00 $0.0 1 $0.001 2 1 $3,e00.001 I S0.00 I $0.001 2 1 $1800,00 S3,600 I33123CD4I 33123005I EA I _ $0,001 $0.00 SC.001 $0.001 _ 1 $0.00 1 $0.001 0 1 $2,100.00 $0 33120001 1 EA I 1 $5,D00.001 1 $5,000.00 - 1 $0.001 1 1 $5,000.ODI 1 1 $5,000.001 - 50.001 4 E5.000.o0 $20,000 33120117 1 EA - $0,001 1 1 $3,500.00 - 1 $0.00 1 1 $3.500.001 1 S3.500.001 2 W.1100.001 5 53,500.00 $17,500 33122001 I EA I 17 55,100.001 4 1 $1,200,00 - 1 $c.00I 37 1 $11,10C.001 34 I E10200.OD 43 I $12,90D,001 135 $300,00 S40,5001 33122003 FA 1 7 58,400001 4 1 S4,000.00 - 50001 37 $44,400,001 34 1 $40.800,OD 43 1 $51,600.ODI 125 51,200.40 5150,OD01 0241.13001 LF 1 72 $720.001 20 1 $200.00 0 1 $0.001 152 1 $1,520.D01 140 1 $1,40C.00 172 $1.720.001 556 $10.00 $5,5601 0241.13D2I EA 1 1 5200.DOI 1 I $200.DOI 1 $200001 4 Sa06.001 1 1 S200.0DI 2 $400.001 10 6200,00 $2,000 0241.13031 EA I - s0,001 - 1 $0.001 - I $D.ODI - so.001 - 1 $0.001 - So.Ool 0 $250.00 $0 0241.13041 EA I - $O.001 - 1 $0.001 -1 $0.001 - $0.001 - 1 $0.001 - s0.0o1 0 $3DO.00 $0 0241.13051 EA I - $D.00l - 1 $0.001 - 1 O.ODI 1 $350.001 - 1 $0.001 - $0.001 1 $350.00 $350 0241.1510 1 EA 1 1 S500.DoI 1 I 5500.D01 - SO.001 1 $500,001 1 1 $500,001 - ED.001 4 $500.001 $2.000 0241.15111 EA 1 17 $1,700.00 4 1 $400.001 I U.001 37 S3,700.001 34 1 S3,400.001 43 $4.300,001 135 $100.001 $13,500 3201.04001 LF 1 524 $16,480,001 495 I $9,900.001 356 57,120.0DI 2.479 1 $49,580.001 1,941 1 $38.820,001 Z077 $41,540.001 8.172 S20.D01 $163,440 0241.17001 SY 1 1.897 S10,966.671 1450 1 $14,500.DO 1,187 1 $11,866.671 6.413 1 $64,133.33I 4.770 1 S47,7DO.001 4,773 $47,733.331 20,490 $10.001 S204,900 3211.06011 TN 1 30 $9,104.001 23 1 $6,960,D01 19 1 $5,61A.001 1D3 I 330.784.DOI 76 1 522,696.001 76 $71.912.0DI 328 $300.001 $98,352 321203031 SY 1 11897 5142,250.0CI 1,450 1 $108.750,11 1.187 1 $89.000.001 5,413 1 $481.000.001 4.770 1 $357,750.00 4.7m I $359,000.00 20.00 $75.00 $1,535.7501 3216.0101 1 LF 1 72 $3,600.001 2C I $1.D. ol D $C.001 152 $7,600.001 14C 1 $7,0D0.00 172 1 $8.600.00 556 $50.00 527,8001 1329101001 CY 1 5.7 $=5.671 I 1.3 1 $53,33 0.0 1 $0.001 123 1 $493.331 11.3 1 $453.331 14.3 1 $573.331 45 S40.00 51,a00 329201D0I SY 1 51 $1,020.001 12 1 $240.001 D 1 $0,001 111 1 S2.220.001 102 1 $2,040.001 129 1 $2,560.001 4D5 120.11 $8,100 3304.0101 1 LS I 0.C4 $1,361.521 0.03 1 $1,040,881 0,02 $851.851 0,13 S4,803.811 0.10 1 $3.424.151 0.10 1 $3.426.541 0.42 S35,000.00 514,709 3471.0901 MC I D.57 $2,845,001 DA4 1 S2,175.0OI 0,36 1 $1,780.0CI 1.92 1 $9.820,001 1.43 1 $7.155.001 IA3 1 $7,16C.001 6 I $5,D00.00 $30.735 3125.01011 LS 1 0.04 $97251 0.03 $74.351 0.02 1 $60.851 0.13 1 $328.841 0,10 1 S244.581 0.10 1 $244.751 0.42 I $Z500.00 $1.051 0171.01021 LS 1 0.04 1 $194,50 0.03 $148.701 0,02 1 $121.691 0.13 1 3657.69I 0.10 1 $489.161 0.10 I 5469.511 a 2 1 s5,OD0.00 $2101 0171.01011 LS I 0.04 $389.01I 0.C3 $297.401 0.02 $243,391 0.13 $1.316,381 0,10 1 $978.331 0.10 1 $979,011 0.42 I510,000,00 $4,203 9999.0001 1 LS 1 0.04 I $7, 167.021 0.03 $892,19I 0.02 1 $730,161 0,13 1 53.946.131 0.10 1 $2,934.981 0.10 1 $2.937.031 0.42 I $30.000.00 $12.608 Subtotal Cost $269.095 $202,164 S149,685 $968,159 $679.912 $696.3041 Subtotal W3Mf $2,965,3381 10%Contingency 526,910 520,210 $14,958 S96,816 $b7,991 569,630 10%Contingency $Z96,6341 TOTAL Cost $296,005 $222.403 $164,653 $1,064,974 $747.903 $756,9341 TOTAL Water $3,261,8721 84-2 EXHIBIT "B-4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST SANITARY SEWER LINE IMPROVEMENTS Back of Lots A-E of CPMS Sisk Heights Block 4 ITEM DESCRIPTION OF ITEM BID No. UNITS L-3267 Dry. cost city. 1 10' Se r Pipe LF - 50.00, - 2 6"Sono Pip. 13331,4201 333,.41151 LF 16B $10,080.00 - 3 8" Pipe Enlargomarn 3331.1102 LF - $0.00 159 a Servlro RanstatamenL Pipe Enlargemem 13331.1201 EA - 50.00 - 5 Sower Sorvfcc, Recortnomich 3331.3311 EA 4 $8.000.00 - I4" 6 Pro -CCTV In.pactlon 3301.0001 LF 168 5540.00 159 7 Past -CCTV In.pectlon 3301.0002 LF 168 5504.D0 159 8 IRomara 4' Sawcr Manhole 0241.2201 EA 1 $1.000.00 2 9 Manhole 3339JD01 EA 2 S10,000.001 2 10 4' Extra Depth ManhoW JW 3339,10. VF - 54001 - 11 Manhole Vacuum TasUn9 3301.0701 EA 2 560D.001 2 12 1Epoxy Manhole Lear 3339.0007 VF 12 $240.D01 12 13 1Conoeta Collar to Manhole 1 3305.01121 EA 2 $2,DD0,001 2 14 Remove Concrete Curb 8 Gutter 1 D241.1300 LF - $0,001 5 15 Temporary Acphalt Paving Repair (2" HMAC on 6" Rexbme) 13201.0400 LF $0,001 - 16 9 W Ide Asphalt Pvmt Repair, Resldenhat 1 3201.0112 I LF - $0.001 - 17 11" Pavamam pulverization 10241.1700 SY - 50.001 - 18 ComeM4Jme (3211b(SY) 1 3211.0801 TN 1 - $0,D01 - 19 3"Asphalt Pavement Type")" 1321zit SY 1 - $0.001 - 20 6" Concrety Curb and Gutter 1 3216.0101 IF 1 - 30.001 5 1329192.0100I CY 1 5440.001 0.0 r2221Topooll Block Sod Placement 1 ,20100 I SY I %11.0 .D $1,440.001 0.0 3 ITronch Safety 1 3305.0109 LF 1 168 $420.001 0.0 1 24 ITrallle Control I3471A001 MO 1 0.17 $1.260.001 0.16 1 25 ISWPPP : 1 aaro 13125.0101 LS 1 0.03 $221.131 0.03 26 1As-Sullt Survey 1 0171.0102 LS 1 0.03 $147.421 0.03 1 27 Conotructon Staking 10171.0101 LS 1 0.03 $147.421 0.03 I 28 Sanitary Sewer Construction A0ewanca I I9999,OOD2 LS 1 0.03 $1,474.201 0.03 Subtotal Cost 538,814 10% Contingency $3,881 TOTAL Cost S42,696 Existing Easomonts Behind Proportlus Between Rockrldge Tor. and Forest Park Blvd. Within Tillery Park SUB UNIT TOTAL L-909 I L-972 L-1190 1 L-1 91 TOTAL COST COST cost ory. cost city. Cost city. cost t0ry. $0,00 - 50.0c - 5000 - $0,00 - $0,00 735 S44,100.D0 371 $22,260.00 162 110,920.00 653 S19.080.001 - $0.00 - $0.00 254 S30,480.DO - $0.00 - 50.00 - 50.00 2 51,000.00 - $0.00 24 $48.000.00 11 522,000,00 2 S4,000.00 - $795.00 735 S3,675.00 371 S1,855.00 436 S2,180.D0 653 $477.00 735 $2,205,00 371 $1,113.00 436 $1.308.D0 653 $2,000.DO 2 $2.000.DO 2 S2.000.00 1 S1,000.00 3 510,000.00 2 S10.000.001 2 $10,000.00 2 S10,D00,00 3 50.00 - S0.001 10 S2,SQO,OQ 10 S2.500.00 20 5600.00 2 $600001 2 $600.D0 2 se"";, 3 $240.00 12 S240.001 22 5440.00 :a5440.00 38 S2,DOO.D01 2 $2,000=1 2 S2.000.00 2 52,000.DO 3 $50,00 72 $720,001 5 $50.00 10 1100.001 10 SO.00I 30 5660.11 30 5600,00 30 .00.001 30 $0.00 SO.00 E0.00 30 $2 ,560.001 I 30 $0.00 $0.00 50.00 $0.001 - 50.00 - 50.00 - 50.00 - $0.001 - SO.00 - 50.00 $0.D0 - 5250.00 72 $3,600.00 5 5250.00 10 $SDO.ODI 10 $0.00 4$.0 51,800.001 22.0 5880.00 10.0 1 $400.001 39.0 50.00 4' SB,D75.00 195.0 $Z940.00 86.0 1 $1.29D.001 347.0 $0.00 735 $1,637.50 371 $927.50 182 1 E455.001 653 $IJ12,50 0.74 $$512.50 0.37 $2,78250 0.44 1 $3.270.001 0.65 5209.28 0.13 5%7.44 0.07 $489.33 0.06 1 $573.891 0.11 $139.52 1 5644.96 0.07 $325.55 0.08 1 $382.591 0.11 5139.52 D.13 $644,961 D,OT $325.55 0.08 I S382591 0.11 51.395,23 0.13 $6,449.631 0.07 E3,255.53 0.08 1 $3.825.901 0.11 $38,568 $141.672 577,593 $80,758 $3,857 $14.167 37.759 $8,076 $42.425 $155.839 $85,352 $88.834 B43 Cost I $0,00 0 $80.00 $0 539,180.00 2, 109 $60.00 S12$.540 $0.00 413 $120.00 549,560 $0.00 2 $500.00 E1,000 $0.00 41 $2.000.00 S82,000 $3,285.00 2,522 I $5.00 S12,61D $1,959.00 2,522 S3.00 $7.586 S3,D00.00 11 1 $1.000,001 $11,000 T.""" 13 SS,ODO.ODI $65,OOD $5,000.00 40 5250.001 S10,000 $900.00 13 3300.00I $3,900 $760.00 118 1 S20.001 $Z360 $3.000.001 13 1 $1.000.001 S13,000 5100.001 102 1 $10.001 $1 020 5600.90 120 1 $20:001 $Z400 $2,550.0o 60 I $85,001 S5,100 $0.00 0 1 S10.001 $0 10.00 0 S3DO.001 $0 $0.00 0 $75.001 SO $500.00 102 550.001 $5.100 $1.560.00 127 1 $40.001 $5.080 $5.205.00 1.130 1 S15.D01 $16,950 $1.632.50 2,1 D9 1 $2.501 S5,273 $4.897.501 3 1 $7,500,001 $18,915 $859.511 D.44 I S7,500.001 $1.320 5573.011 0.44 1 $5,000.DO1 $2,213 S573,011 0.44 1 $5.000.001 SZ213 $5.730.081 044 1 550,000.001 S22,131 $95.8451 Subtotal Sawarl $474,290 mud 10% Contingency) $47,425 5106.5291 SUBTOTAL Sewerl $521,675 ITEM I DESCRIPTION OF ITEM 1 10" Sowor Pipe 2 8- Sewer Pipe I 3 �8- Plpo Enlargement I 4 IService Reinstatement, Pipe ENargoment 5 14" Sewer Service. Reconnection 6 I Pro -CCTV Inspection 7 IPost-CCTV Inspection 8 IRemovo 4' Sewer Manhole 9 �4' Manhole 10 4' Extra Depth Manhole 11 Manhole Vacuum Testing 12 Epoxy Manhole Liner I 13 Concrete Collar for Manhole I 14 Remove Concrete Curb & Gutter 15 Temporary Asphalt Pavinq Repair (2" HMAC on 6" Floxbaso) i6 IS' Wide Asphalt Pvmt Repair. Residential I 17 11" Pavement Puivorlaatlon 18 Cemont-Lime (321b1SY) 19 3"Asphalt Pavement Type"D" 20 6" Concrete Curb and Gutter 21 Topaoll 22 IBlock Sod Placement 23 Trench Safety I 24 Traffic Control I 25 SWPPP 21 atxo I 26 As-64ilt Survey 27 Construction Staldnq 26 Sanitary Sewer Construction Allowance EXHIBIT "B-4" ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST SANITARY SEWER LINE IMPROVEMENTS Existing Easements Behind Properties Between Forest Park Blvd, Back of Properties Between Ward Pkwy. and CPMS Forest Park Blvd. and Chatbum Ct. Park Hill Dr. SUB UNIT TOTAL BID No. UNITS L-499 I L-601 L-1142 M-74 M-T9 TOTAL COST COST Qty. Cost I Qty. Cost city. Cost city, cost Oty. Cost 3331.4201 LF - I $0.00 $0.00 - $0.00 838 $67,040.00 494 539,520.00 1.332 580.00 $106,560 3331.4115 LF SOO $30,000.00 134 $8.040.00 695 I $41.7120.00 - $0.00 $0,00 1,329 $60.00 579,740 I3331.1102 LF 515 $61,800.00 - $0.00 - $0.00 $0.00 $0.00 515 $120.00 $61,800 3331,1201 EA 16 $8.000.00 I - $0.00 - $0.00 - $0.00 - $0.00 16 $500.00 $8 000 I3331.3311 EA 4 $8,000.00I 4 $8.000.00 8 $16.000.00 9 $18,000.00 4 58,000,00 29 $2,000,DO $58.900 I3301.0001 LF 1.015 $5,075.00I 134 $670.00 695 I $3.475.00 838 $4.190.00 494 $2.470.00 3.176 55.00 $15,SW I3301,0002 LF 1015 $3,045.00 134 $402.00 695 i $2,085.00 838 $2,514.00 494 $1.482.00 3.176 53.00 $9,528 102412201 EA 4 $4,000.00 $0.00 5 $5,000.00 4 $4,000.00 1 $1.000.00 14 I $1,000.Do S14,000 13339.1001 EA 6 $30,000.00I 2 $10,000.00 5 I! $25,000.00 5 $25.000.00I 1 $5.000.00 19 I $5,000.00 $95,000 13339.1003 VF I 10 $2,500.00I 5 $1,250.00I 3 $750.00I 5 $1,250.00I 5 $1.250.00I 28 I $250.00 $7,000 13301.0101 E4 I 6 $1.800.00I 2 $600.00I 5 $1,600.00I I 5 $1.500.00I 1 5300.00I 19 I 5300.00 $5,700 13339.0001 I VF I 46 $920.00 I 17 $340.00 I 33 $660,00 I 35 $700.DO I 11 I $220.O0 I 142 I $20.00 52,840 3305.0112I EA I 6 S6,000.00I 2 52,000.00I 5 $5,000,00I 5 I $5,000.00I 1 $1.000,00I 19 I $1.000.00 $19,000 0241.1300I LF I 15 5150.00I - $0.00I 15 $150.00I 10 I $100.00I - I $0.00I 40 $10.00 $400 3201.0400I LF I 30 $600.0OI - $0.00I 695 $13.900.00I 30 I $600.00I - I $0.00I 755 I $20.00 $15,100 3201.0112 I LF I - $0.00 I _ so.00 I - so.Dit I - $0.00 I I 50.00 I 0 I $85.00 $0 0241.1700I SY I $0.POI SO.00I 1.158 $11,583,33I 0 $0.00 I I $0.00I 1,156 I $10.00 $11,683 3211.0601 I TN I $O.00 I SO.OD I 19 $5,550.00 I 0 $0.00 I I $0.00 I 19 I $300.00 $5,560 3212.0303 I SY I - SO= I - SO.00 I 1,158 $86.875.00 I 0 I $0.00 - $0.00 I 1.158 I 575.00 $86,875 3215.0101 LF I 15 $750.00 I - $O,CD I 15 $750.00 I 10 I $500.00 - I 50.00 I 40 I 550.00 $2,000 3291,0100I Cy I 30.0 $1,200.00 9.0 5360.00I 1.0 $40.00I 51.0 I $2,040.00I 31.0 I $1,240.00I 122 I 540.00 54,880 3292.0100 I SY I 264.0 I 53,960.00 I 77.0 $1,155.00 I 5.0 $75.00 I 454.0 $6.810.00 I 277.0 54.155.DO I 1,077 I $15.00 $16,155 3305.0109I LF I 50D $1.250.00I 134 $335.00I 695 I $1,737.50I 838 $2.095.00 494 51,235.00I 2.661 I 52.50 $6653 3471.0001 I MC I 1.02 $7,612.50 I 0.13 S1,C05.00 I 0.70 $5,212.50 I 0.84 $6 I $7,500.00 $23,820 LS 0.18 $1,33.00I 0.02 $176.3 0.12 $914,7 0.15 1, 532 03125.0101 .0 $650.23 0,56 $7.500.00 $4,180 0171.0102I LS I 0.18 17.59 0.12 $735.35 .00 $433.49 0.56 $5,000.00 52.7874 LS 0.18 0 1.59 0.12 0C.15 $7 $433.49 0.56 $5.000.00 $2.7070771.01D1 9999.0002I LS I 0.18 $8.906.63I 0.02 $1,175.85I 0.12 $6,098.63I 0.15 57,353.46I 0.09 54,334.S5I 0.56 550,000.00 $27,869 Subtotal Cost $188.686 535,744 $235.286 $90,511 $36,909 Subtotal Sewer J$587,138 10% Contingency $18.569 $3,574 $23,529 $9,051 $3,6911 10% Contingency $58,714 TOTAL Cost $207555 $39.319 5258.815 $99,562 $40,600 SUBTOTAL Sewer $645,851 B4-4 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Engineering Design Services for: WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM-Y (FOREST PARK PHASE 2) City Project No. 105717 None. City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page 1 of 1 FDF1,,k d. 1 OF Task Name Design Fudoce,♦m, Duration 319 day, Stan hq 10/15/24 Design 45F 269 days Tue 10/15124 —2 —1� s 1 W. Design EnClnecr Agreement 15 days Tue 10f15/24 a W Issue Notice TO Proceed - Engineer 6 0days Mon 11/4/24 4 Award Dcslgn Agreement 0days Tue 10/15/Z4 is FJwcute Contract 1)..T.nU S l5 days Tue 1D/15/Z4 7 _S Conceptual Dmlgni3D%) 89 dry" Tue 11/5124 Site Survey 4 50 days Tue 11/5/24 PJ ^4 Prepare Conceptual Design Drawings &Documam: BFS15doys 35 days Fri 12/27/24 10 in Raolew Conceptwl Pbns and Report(CFW) 9 15 days Tue 2/19/25 11 Conceptual Design Complete 10 0days Men 3/10/25 12 R Preliminary DeIgn(60%) 67 days Tw 3/11/25 13 w, Prepare Preliminary Design Dmwings and SpecNlwtlons 115s 40 days Tue 3/11/25 14 S Conduct Construatablllty Revicw(Walk Through) 13 lday Tue S/6/25 Subm i t PelVm inary Plans to U tilltl as, ROW, Traffic, Pa rks, Storm 14 0days Tue$16/25 151615 water, water & Sower�,q Ravlaw Prellminary Plans and SpadRuOons(CFW) is 15 days Wed 5/7125 17 S-% Incorporate Comments and Submit Reybed Preliminary Design 16,10 SO days Thu 5/29/25 Drawing" 16 "fir/ q.13 Conduct Design Public Meeting 41 (regd) 17 1 day Thu 6112/25 19 QZ Preliminary Design Complete 18 0 hrs Thu 6/1212S 20 Pr Final Daslgn 234 days Fri 6/13/25 21 I.;w, Prepare Final Design Plans and Specifications 19 40 days Fri 6/13/25 22 Submit Final Deign to Utilities, ROW, Traft Parks, Storm Water, 21 0 days Fri 8/8/25 Water & Sewer 23 C?jL Review Final Plans and SpeciOcations(CFW) 22 15 days Mon 9/12/25 24 R23w. Conduct Design Public Meeting 02 Df reed) 23 1day Mon9/1/25 .5 �rti Incorporate Final Commaab and Submit Final Design 24 15 days Tue 9" I6 621w. Approve Final Plans and Specifications and Route for Signatures Z5 10 days Wed 9/24/25 27 (1Jw. Final Design Complete 26 Sday Wed 10/8/25 28 1�34 Establish MOE heal for Construction Contract 26FS.l day Sdays Thu 10/9/25 29 Qj4 Prepare Bid Padwge 28 10 days Thu 10/26/25 30 r. Permit, 104 days Fri 6/13/25 31 ti idanb(y Required Permits 11 20 days Fri 6113/2S 32 ans T%DOT Permit (Englnaw Prepare and Submit) 31 20 days Mon 7114/25 33 ZI S Review and Approve Permits 32 64 days Mon 8/12125 34 4 All Permits APprovatl 33 Ddays Fri 1117/25 36 Igait ROW/Wnd AcquWtlon 188 day, Fri 6/33/25 36 Ig S Identify ROW Requirements 9 10 days Fri 6113/7S 37 Submit Land Acqulslaon/Easement Requiremunts to Property Memt. 36,15 5days Fri 6127M JI Dept. 38 Right of Way Start 37 1 day Man 7/7125 39 Qt Z Order Appraisal 38 31 day, Tue-1/8/25 60 Q, Order Title Commitment 36 31 days Tuc7/e/25 41 Z order Environmental Report (if needled) 38 31 days Tue 7/8/25 42 %j w Send Introductldn LetWrwhh Land Owner Bill of Rights 38 S day Tue 7/8/25 Appraisal Reculved data 39,40,42 1 day Wed 9/20125 -�43-� w Review Appraisals and Prepare Initial Otfer 42,43 SOdays Thu 9/21125 —45 t Present Initial Offor to Property Owner 44 1 day Fri 9/5/25 46�rtj t Negattation/Acceptance Period 45 40days Mon 918M S Present Final Otfcr to Property Owner 46 lday Mon 11/3125 —a7 �1ji .e q Conduct Final Negotiations lAaepta ac/Rejection Parlod) pf 47 22 days Tue 11/4/25 Needed) a9 . Prepare M&C for Purchas0(P"1COK)/Condemnation 48 5day$ Mon 12/8/25 A-Flenm,t D: Buollno Schedule Wamr and Saultary Sewer Repl—ments Contract 2023, WSM-Y (Fenn Park Phase 2) City Project No. 1OS717 t y Flnlzn XComplete Nd11,2C6 M N+tl212025I l I l a 1 5 IXW t'I C4 n l l r u INdr I r 1 I a c INW 1171 n I+ I INS I `n l y l n l l l. l Wud 1(21/26 % e u n u ♦ u o N Wed 11/5125 0% Mon 2214/24 0% ri Mon 11/4/24 O.Y. Tue 20/15/24 0% 1 S Mon 1114124 0% Mon 3/30/25 0% Fri 2/17/25 0% Mon 3/1/25 Mon /10/25 W. W. Mon 3/20125 0% Thu G/22/25 0% r Mon 5/5/25 0% Tue 5/6125 0% Tue 5/6/25 OK Wed 5123/25 D% Wed 6/11125 W. Thu 6/12125 Of. Thu 6/12/'25 0% Fri 5115126 Oy6 Fri 8/8/25 0% Fri 8/e/25 0% Fri 8/2512.5 D% Mon 9/1175 O% Tue9/23/25 0% Tua 1017/25 D% Wed 1018/25 0% Wed 10/15/25 0% Wed 10/29/25 0% Fri 2117/25 0% Fri 7/12125 0% Fri 8/8125 C% Fri 1117125 0% Fri 1217125 0% Thu 3112R6 0% Thu 6126/25 0% Thu 713PS O% Mon 717M 0% Tue $119/25 0% Tue 8/19125 0% Tua 8/19/25 0% Tua 7/8/25 0% Wad 8129175 on Thu 914125 Or. Fri 9/5/25 076 Fd 10/31/25 0% Mon 11/3/25 0% Fri 12/S/2.5 0% FA 12/12/25 0% V12 CiryP 1°+t No.f05]17 I Ink KNOom In+diw Mllmlom M—I T,,A M+md Sammry rwa-my 3 Eemu1 M11vstam0 vmgmr a.n-o4 C f.—A TN -T- --' cuaa— 4 M+„i,+l Pmry�.0 etv: Wv0 :Nis +a'maarY ^ Pones TMk In+cuw 5vmm+]r 0wPi+naNy y Page 1 1D Tint ITad —1 P.edade— IDVMHn rout IMode I 50 Ra+law M&lifer PurchmelCondomrratlon by PM 49p9 Sdays Mon 12/3512 51 . Conduct M&CPmcess-Bunding/Wnd Purchase/Easement 50 4D days Man 12/22/2 52 S Submlt Documents to title Co. t«Closa-aut 48,54 Sdays Thu 2/19/26 53 Conduct M&C Process for Condemnation 50 4D days Man 12/22/25 4 M&[Approval for Land Purchpsc/Cond[mwuon SL53 0days Wcd 2118126 55 Submit Condemnadon packet to Legal Dept. 49 1 day Man 12/15/25 ,J 56 to R File Condemnadon Petitlon In Court 5455 1 day Thu 2/19126 57 � Court Hearing and Award by Commissionary for AFaul,iUon 56 5drys Fri 2/20/26 58 b. j Conduct DepnSlt Check Into Registry of Court for Possession 57 lu days Fri 2/27/26 s9 k Right of Way camplate 52,59 0 days Thu 3/12126 so �. Utility Relocaton 19 183 days Thu 6IW25 it Qjn Util"ll 15 180 days Fri 6113/25 Sit Utility Relocation Co-oreinatlon 138 days Thu 6/12/25 Submit Cover Letter and 60% Drwgs to Utility Camrdonater 15 0hrs Thu 6/12/25 ¢J (CFW/Engineer) —.--. as �� Submit CFW 60%Design DrWg; to Franchlsa UlRhlps(CFW Utility 6355 Sdays Fri 6/13/25 Co-prdlnator) 65 Utility Clearance 15 188 days Fri Illr*lj-. Utlllti4s Start 64 O hrs Thu 6/19125 67 G . Ravlew SO%CFW Design Drw85 and Respond to CFW (Utility) 15 10 day, Fri 6113/Z5 15 gw Prepare and Submlt Relocatan Design to CFW/Enclnecr lUt8lty) 67 60 days Fd 6/27/25 69 �� Ravlcvr and Approve Utility Relocation Design (CFW/Engineer) 10 daysFd 6123/25 70 G,Sw. Rcelew 90% CFW Design Drwgs and Respond to CFW (Utility) 22 0his Fri S/B/15 71 Gtl�. Revlae Utility Design and get Approval pf Regd) 70,69 10 days Mon 3112/25 72 GLjS Request Utility Relocation Permit from CFW(Utllity) 71 Odays Fri 8/22/25 73 Gjw. ISSud Permit to Utility ICFW) 72 Sdays Mon 9/25/25 74 Gi W. Panorm Relocation Construction (Utility 73 DO days Mon9/1125 75 �S UUllty Clean rics(after ROW if any) 74,59 0deys Thu 3/12126 76 Pjw. Utilities Cicared/Complete 74,75 Ddays Thu 3/12/262/2 77 ! Alma, CI-rancc 76 0days Thu 3/16 78 AT&T Clearance 76 0days Thu 3/17/26 70 �. Frontier Clearance 76 0day, Thu 3/12126 �_ ONCORC1caranca 76 0days Thu 3/12/26 .,.0 et one source Clearance 76 0 days Thu 3/12126 82 Sp=—cl.—cc 76 Doty, Thu3/12/26 ei .. ! 7ri-Counly Electric Clttamnce 76 Odays Thu 3/12/26 as _ Constriction 301 days Thu 10/30/25 ss �t Construction 90,59,76 210 days Fri 3/13/26 eb ! Bid and Award 67 drys Thu 10/30/2S Bid and Award 29 60 days Thu 10/30/25 Start Advertisement 29 0hrs Thu 10/30/25 B7 6rZj�. Award Carseruetion Contract 97 ldoy Thu 1/29/26 90 Construttlon, Material testing and Land—pina E—UdO0 89 10 days Fri 1130126 91 �_ Cl.,...45 days Tue 1/12/27 Cluscout 65 20 days Tina 2IW27 93 As Built Plans 30 days Too 1/12/Z7 t�t 94 `9� Receive As-0uilt Survey from Comnincr 85 20 days Toe 1/12/27 95 G13 Engineer Prepare A.Rulh plena 94 10 days Wad 2/10127 96 �. Close Oeslgn Agreement 15 days Wed 2124/27 d� W. Receive Final Imolm for DeslCn Contract 95 5 days Wed 2/24127 T., Final Design COntratt Ilwolco Pnld 97 10 days Wed 313/27 fr7j �. DMt eslgn C.act Closed 98 0 hrs Tue 3/26/27 s S Attachment D! Baseline Schadule Winter and Sanitary Sower Reptuwn ents Contract 2023, WSM-Y (Form Park Phase 2) City Project No. 109717 Tinl:n.%Complete HQ 1,12ar5I n I i r r..� l�y Fri12/19/25 Wed Z/19/26 0% wed 2125/26 0% Wcd 2/18/26 0% Wed 7/19/26 0% Man 12/15/IS 0% Thu VISA6 0% Thu 2/26/26 0% Thu 3/12/26 0% Thu 3/12/25 0% Thu 3/IZ126 0% Man 3/7/26 0% Thu 3/22f26 0% Thu 6/12/25 0% Thu 6/19/25 O% Thu 3/22/26 0% Thu 6110/25 0% Thu 6/26/25 0% Men 9/22125 0% Thu 6/26/25 0% Fri 8/8/25 0% Fri 8/2Z/25 0% Fria/22/25 0% Fria/29R5 0% Fri 1/9/26 0% Thu 3112/26 016 Thu 3112/26 0% Thu-VlZ(26 0% Thu 31=6 0% Thu 3/12/26 0% Thu 3/12/26 0% Thu 3/12/26 0% no 3112/26 0% Thu 3112/26 0% mon 1/11/27 0% Mon 2111/27 0% Sun ZIW26 0% Wed 2/23/26 0% Thu 10/30/25 0% Thu 1129126 D% Sun 2/8/26 D% Tina 3/16/27 D% Tue Z/9/27 D% Tue Z/23127 0% Tue2/9/27 0% Toe 2123/27 D% Tug allil 7 0% Tue 3IV27 0% Tue3/16/27 0% Tue3/16/27 0% Car Pros -No. 105717 Tack Mlntam ♦ 1ro]er151nmsry ]­-1 In.e-4111 v lsce; wed 9/4/24 Slid, .................. uummu, r ---1 aaaMeTd I+an-t—aiy t Bili a/u I• Mwur Tact r-----1 Mam.lsvmmay 1-------- 1 I'll 7 D-0—onh - .--3y E E—T— Page 2 tea I xrr:,:0¢a I W812a27 qll IrlslM 4 Mlilrlyl-s olxl nl tirl 1■ 3112 D—A Mirr— 0 Dwdf e i 3/12 3/12 , 3/12 3/12 3/12 3/12 ,73112 3/12 4,3112 Na9reo Mnur Pngms gg p ROSPE R FilDGETlj= A5A)"qw,A-f;ap! M, PARK .4 F 4 IF md 7- W AA, kf*. Ir qwp W4 Al j. IN AMA 4E-4 P? '0 -tw I IRE,} V67!, 'Vi4. 44:6E Et1 80 T'A; 44- 64 -74* 04 A p I i ATTACHMENT "F" CERTIFICATE OF INSURANCE Water and Sanitary Sewer Replacement Contract 2023 WSM-Y City Project No. 105717 City of Fort Worth, Texas Attachment F A`o D® CERTIFICATE OF LIABILITY INSURANCE ` DATE 9/5/2024 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). PRODUCER CONTACT NAME: Joe Bryant Risk Strateg IeS I PHONE FAX 12801 North Central Expy. Suite 1725 (Air.. MA �.- E :+ (214)323 4642 (Arc. Not: (214) 503 8899 Dallas, TX 75243 ADDRESS: RSCcertreauest(o)risk-st(ateoies.com INSURER(S) AFFORDING COVERAGE NAIC q wsuRERA: Hartford Underwriters Insurance Company 30104 INSURED INSURER B: Hartford Casualty Insurance Companv 29424 RLG Consulting Engineers, Inc. INSURERC: Hartford Accident and Indemnity Company 22357 12001 North Central Expressway, Suite 300 Dallas TX 75243 INSURER D : Travelers Casualty and Surety Co of Amer 31194 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 81790600 REVISION NUMBER: 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' AD➢L SUBR POLICY EFF POLICY EXP ILIMITS LTR TYPE OF INSURANCE INSp Yyyp POLICY NUMBER (MWODIYYYYI fMMfDD1YYYYS A �/ COMMERCIAL GENERAL LIABILITY ✓ / 84SBWAJ6EX9 9/18/2023 (91812024 EACH OCCURRENCE $1,000,000 CLAIMS -MADE 1z OCCUR ✓ Severability of Int. J Contractual Liability GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ✓ PRO ACTT D LOG OTHER: C AUTOMOBILE LIABILITY J ANYAUTO J ✓ 84UEGAC7235 OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY A �/ UMBRELLALIAB N OCCUR ✓ EXCESS LIAR CLAIMS -MADE DED I J I RETENTION $10,000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y r N ANYPROPRIETOPJPARTNEPJEXECUTIVE N/A OFFICER/MEMBEREXCLUDED7 (Mandatory in NH) If yes, describe under DESCRIPTION OF O rTIONS below D Professional Lia i Ity J 84SBWAJ6EX9 V 84WFGAM9U3L J 106801948 9/18/2023 9/1812024 9/18/2023 9/18/2024 9/18/2023 9/18/2024 9/18/2023 9/18/2024 DAMAGE TO RENTFU PREMISES (Ea occurrences $ 1 .000.000 MED EXP (Any one person) $10.000 PERSONALBADVINJURY S1,000,000 GENERALAGGREGATE $2,000,000 PRODUCTS -COMPlOPAGG $2,000,000 S COMBINED SINGLE LIMIT We accidentl $1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTYDAMAGE $ (Per accident) $ EACH OCCURRENCE $ 5,000,000 AGGREGATE $5,000,000 S ✓ I STATUTE I I EERH E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1.000.000 E.L. DISEASE - POLICY LIMIT $1 ,000 000 Per Claim o,006,660 Annual Aggregate $4,000,000 DESCRIPTION OF OPERATIONS! LOCATIONS r VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached i1 more space is required) The claims made professional liability coverage is the total aggregate limit for all claims presented within the annual policy period and is subject to a deductible. Thirty (30) day notice of cancellation in favor of certificate holder on all policies. City of Fort Worth including its elected and appointed, officials, agents, volunteers, and employees are named additional insured on the general, auto, and umbrella liability coverage as required by written contract. Re: City project #105717, Water and Sanitary Sewer Replacements Contract 2023, WSM-Y (Forest Park, Phase 2). CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Risk Management Division ACCORDANCE WITH THE POLICY PROVISIONS. 100 Fort Worth Trail Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE Joe Bryant © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 81790600 1 23/24 GL/AL/ot./hC/PL I Patza 1 9/5/2024 3:51;29 P.M (EDT) I Page 1 of 1 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, January 14, 2025 LOG NAME: 60WSSC23WSMY-RLG REFERENCE NO.: **M&C 25-0012 SUBJECT: (CD 9) Authorize Execution of an Engineering Agreement with RLG Consulting Engineers in the Amount of $599,285.00 for the Water and Wastewater Replacement Contract 2023, WSM-Y Forest Park Phase 2 Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an engineering agreement with RLG Consulting Engineers, in the amount of $599,285.00, for Water and Wastewater Replacement Contract 2023 WSM-Y Forest Park Phase 2 project; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $897,710.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding Water and Wastewater Replacement Contract 2023 WSM-Y Forest Park Phase 2 project (City Project No. 105717) to effect a portion of Water's contribution to Fiscal Years 2025-2029 Capital improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize the execution of an engineering agreement with RLG Consulting Engineers, in the amount of $599,285.00 for Water and Sanitary Sewer Replacement Contract 2023, WSM-Y (Forest Park, Phase 2) project for the preparation of plans and specifications for sanitary sewer and water main replacements on the following streets and easements: Street Park Place Avenue Easement West of Rockridge Terrace Rockridge Terrace Kensington Drive Easement between Park Place and From To Scope of l Work Colonial Parkway Rockridge � Water Terrace 100 feet South and 145 feet West of the Park South 205 Place Avenue/Forest feet Sewer Park Boulevard intersection Kensington Park Place Avenue Court then Water South 315 feet Kensington Court Rockridge Water Terrace 285 feet South of the East 143 feet Sewer Park Place Avenue/Forest Park Boulevard intersection Pembroke Drive Pembroke Rockridge Terrace Forest Park Water Drive Boulevard Easement 285 feet South and 143 between feet East of the Park Rockridge Rockridge Place Avenue and Forest Terrace then T Sewer Terrace and Park Boulevard Southeast Forest Park intersection 255 feet Boulevard Easement 230 feet West and 1,150 South of feet of the Forest Park East 635 feet Sewer Kensington Boulevard/Park Place Court Avenue intersection 175 feet South of the Forest Park Park Place Park Hill Water/Sewer Boulevard Avenue/Forest Park Drive Boulevard intersection roke Park Boulevard WarnForest ater Dreivle Roader 1 Easement 175 feet South of the 135 feet East South of Park Park PlaceAvenuelForest then 142 feet Sewer Place Avenue Park South Boulevard intersection Easement between Forest Park Pembroke Drive South 615 Sewer Boulevard and feet Chatburn Court Easement 90 feet South and 170 South of feet East of the Forest Park East 155 feet Sewer Pembroke Boulevard/Pembroke Drive Drive Intersection Chatburn Pembroke Drive Cul-de-sac Water Cou rt Berkeley I Pembroke Drive Cul-de-sac I�Water Place III Dartmoor Pembroke Drive I Cul-de-sac Water Court II Windsor Place Forest Park Boulevard Stanley Avenue I1Water H tington Forest Park Boulevard Warner rWater n Berkeley I Windsor Place Glenco I Water Place Terrace Stanley Avenue Windsor Place I Cul-de-sac Water Easement 370 feet South and 170 Southeast South and feet East of the Forest 700 feet then Sewer Parallel to Park Boulevard/Glenco West 500 Ward Parkway Terrace intersection feet In addition to the contract amount of $298,425.00 (Water: $189,125.00; Sewer: $109,300.00) is required for project management, real property acquisition, utility coordination, and material testing. This project will have no impact on the Water Department's operating budget when completed. The sewer component of the project is part of the Water Department's Sanitary Sewer Overflow initiative Program. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as follows: 60WSSC23WSMY-RLG Capital Fund Name Project Name W&S Capital 1050717 - W/WW Projects — Rpl Cont 2023 Fund 56002 WSM-Y - FPP2 FY2025 CIP Budget Revised Appropriations Authority Adjustment FY2025 Budget $0.00 This M&C $897,710.00 $897,710.00 Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for the purpose of funding the WIWW Rpl Cont 2023 WSM-Y - FPP2 project within the Water & Sewer Capital Projects Fund. FY2025 -- Water PAYGO Appropriations per City Ordinance 27107-09-2024 FY2025 Amended FY2025 ° FY2025 Original (includes any Approved Remaining Adopted council for/Moved to This M&C PayGo PayGo actions Capital Balance subsequent to Projects budget adoption) $92,597,771.00$92,597,771.00 ($4,516,723.00) ($897,710.00) $87,183,338.00 Note: There may be other pending actions or recently approved actions that are not reflected in the table due to timing. Appropriations for Water and Wastewater Replacement Contract 2023 WSM-Y Forest Park Phase 2 project are as depicted below: Fund I' Existing I Additional Project Appropriations Appropriations Total* W&S Capital Projects Fund $0.00 $897,710.00 $897,710.00 56002 Project Total $0.00 $8975710.001 $897,710.00 *Numbers rounded for presentation purposes. Business Equity: The Business Equity Division placed a 12.67 percent business equity goal on this solicitation/contract. RLG Consulting Engineers, Inc., will be exceeding the goal at 100 percent as a Business Equity Prime and self- performing the scope of the services, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. The project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that funds are currently available in the Water & Sewer Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the WIWW Rpl Cont 2023 WSM-Y-FPP2 project to support the approval of the above recommendations and execution of the engineering agreement. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO Fund Department ccoun Project ctivity Budget Reference # mount ID ID �Programl I Year I (Chartfield 2) FROM Fund Department ccoun Project ctivity Budget Reference # l mount ID ID �Program ( Year ( (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: William Johnson (5806) Chris Harder (5020) Dena Johnson (7866) ATTACHMENTS 1.24-105717 Compliance Memo.pdf (CFW Internal) 2. 60WSSC23WSMY-RLG funds availabilitv.pdf (CFW Internal) 3. 60WSSC23WSMY-RLG- FID Table (AC 11.06.24).xlsx (CFW Internal) 4. 60WSSC23WSMY RLG.pdf (Public) 5. Form 1295 Certificate (CPN 105717)_(1),pdf (CFW Internal) 6. ORD.APP 60WSSC23WSMY-RLG 56002 A025(R2) (2).docx (Public) 7. PBS CPN 105717.pdf (CFW Internal) 8. SAM.aov Search RLG Consulting Engineers.pdf (CFW Internal) 60WSSC23WSMY-RLG FIA Table 2 2 2 56002 0700430 4956001 105717 2025 $262,840.00 56002 I 0700430 105717 2025 $262,840.00 5956001 - 4956001 105717 2 56001 0709020 5956001 � I 1 1 $262,840.001 2 56002 0700430 4956001 105717 001730 9999 ($262,840.00) 2 56002 0600430 4956001 105717 001730 9999 ($634,870.00) 2 56002 0600430 5110101 105717 001730 9999 ! $68,250.00 Water Staff Cost 2 56002 0600430 5550102 105717 001730 9999 $5,000.00 Public Outreach 1 I 56002 0600430 5330500 105717 001730 9999 $445,745.00 Contract 2 56002 0600430 5310350 105717 001770 9999 $3,000.00 1 Utility Coordination 2 56002 0600430 5330500 105717 001784 9999 $89,250.00 ISoil Lab Consultant 2 56002 0600430 5310350 105717 001784 9999 $23,625.00 ISoil Lab TPW Staff 2 56002 0700430 14956001 105717 001730 9999 ($262,840.00)1 2 56002 0700430 5110101 105717 001730 9999 $27,300.00 1 Water Staff Cost 1 56002 0700430 5330500 105717 001730 9999 $153,540.00 Contract 2 56002 0700430 5710010 105717 001740 9999 $50,000.00 Easement Acquisition 2 56002 0700430 5110101 105717 001740 9999 $20,OD0.00 Easement Acquisition 2 56002 0700430 5330500 105717 001740 9999 $5,000.00 Easement Acquisition f 2 56002 0700430 I 5740010 105717 001780 9999 $5,000.00 Easement Acquisition 2 56002 070043D 5310350 105717 001770 9999 $2,000.00 Utility Coordination 56002 2060000 105717 RETAIN Retainage Combo Code