Loading...
HomeMy WebLinkAboutContract 53330-A2CSC No. 53330-A2 AMENDMENT No.2 TO CITY SECRETARY CONTRACT No. 53330 WHEREAS, the City of Fort Worth (CITY) and Burgess & Niple, Inc., (ENGINEER) made and entered into City Secretary Contract No. 53330, (the CONTRACT) which was authorized by M&C 19-0421 on the 17th day of December, 2019 in the amount of$ 481,712.00 and WHERAS, the CONTRACT was subsequently revised by Amendment No.1 in the amount of $85,023.00, which was administratively authorized on October 3, 2023; and WHEREAS, the CONTRACT involves engineering services for the following project: Cantrell-Sansom Roadway Widening, CPN 102217; and WHEREAS, it has become necessary to execute Amendment No. 2 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to include the additional engineering services specified in proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $14,900.00. (See Attached Funding Breakdown Sheet, Page -3-) 2. Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $581,635.00. City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 03/08/2024 Page 1 of 3 3. Cantrell Sansom Roadway Widening CPN 1022i7 All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth Jesica McEachern Assistant City Manager DATE: Feb 26, 2025 ATTEST: Jannette Goodall City Secretary APPROVED AS TO FORM AND LEGALITY: Douglas Black (Feb 24, 202514:21 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 03/08/2024 Page 2 of 3 Engineer Burgess & Niple, Inc. William D. Wendland, PE Vice President DATE: February 5, 2025 M&C No.#: N/A ----------- M&C Date: N/A ----------- Cantrell Sansom Roadway Widening CPN 1022i7 FUNDING BREAKDOWN SHEET City Secretary No. 53330 Amendment No. 2 Project CF1- CF2 - Fund Dept ID Account Bond Amount ID Activity Reference 30108 0060419 5330500 102217 002330 $14,900.00 Total: $14,900.00 City of Eort Worth, Texas c��trtl' Sar:����rn R,�:cxL+•lcl:� 4'ii�y.�ir��J Prof Services Agreement Amendment Template I;PN .iU:'2i'+ Revision Date: 03/08/2024 Page 3 of 3 RT WORTH�, ATTACHMENT "A" Scope for Enqineerinq Desiqn Related Services for Arterial Improvements 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. OBJECTIVE The objective of this project is to improve traffic operations and improve safety. Cantrell Sansom will be designed and constructed from the existing roundabout at Mark IV Parkway to the southbound frontage road of IH-35. Work under this agreement includes, but is not limited to, project management, data collection, topographic survey, right-of-way / easement services, subsurface utility engineering, permitting, geotechnical investigation, right-of-way documentation, operational analysis, design, and contract documents for the construction of the design and construction phase services. The purpose of this amendment is to: 1- Replenish the Bid Phase Services budget and Construction Phase Services budget reallocated via Reallocation Letter dated July 23, 2024, that was used to provide additional services associated with the ROW acquisition from the North Baptist Church. The reallocated budget amount was in the amount of $11,868.40. 2- Provide additional design services that were not anticipated in the original contract/amendment for utility relocations, median changes, including the preparation of exhibits for citizen concerns, grading and drainage. The Bid Phase Services budget and Construction Phase Services budget are extended by $3,031.60. 3- The total reallocation and extension of the Bid Phase Services budget and Construction Phase Services budget is $14,900.00. WORK TO BE PERFORMED Task 1. Design Management Z�.c_� '� (�nnncv�4� �nl I'loc�inr� /'2(10%\ �� . 0 Task 4. Final Design (90% and 100%) Task 5. Bid Phase Services Task 6. Construction Phase Services Tn�L 7 Drl\A//�J����o���� Task 10. Quality Control/ Quality Assurance City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 1 of 30 Page 1 of 30 �.u__�-e1- �a�;so;� R�=�u�+V:_� S+`�dening ����a iozzi + RT WORTH�, TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team: • Lead, manage and direct design team activities • Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance of the work. Refer to Task 10 for further details. • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting: • Attend a pre-design project kickoff/charter meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Attend one (1) constructability review meeting with CITY representatives, including Traffic Management, at the 60% submittal milestone • Conduct and document monthlV project update meetings with CITY Project Manager • Conduct review meetings with the CITY at the end of each design phase • Conduct QC/QA reviews and document those activities. Refer to Task 10 for further details • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. Multi-month billing is not allowed. Months in which no work is being invoiced shall require submission of a$0.00 invoice. Prepare and submit monthly Project Status Reports in the format provided by the Transportation and Public Works 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 in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as defined in the City's Specification 00 31 15 entitled Engineer Project Schedule. • Prepare and submit a preliminary Project Risk Register. Review Project Risk Register periodically with CITY Project Manager and make recommendations to mitigate, accept, or remove risks. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. City of Fort Worth, Texas Page 2 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening Page 2 of 30 � L'�d 10 � 21 + RT WORTH�, • 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 • One (1) pre-design project kickoff/chartering meeting • One (1) constructability review meeting during design • XXX (X) monthly project update meetings during design phase • At least three (3) plan review meetings • All submittals to the City shall be Quality checked prior to submission. • Project design phase is anticipated to take XXX (X) months. • Project construction phase is anticipated to take XXX (X) months. • XXX (X) monthly updates of Project Status Reports, DVIN forms, Opinion of Probable Construction Cost (OPCC), , and project Schedule. DELIVERABLES A. Meeting summaries with action items B. QC/QA documentation C. Baseline design schedule D. Preliminary Project Risk Register, E. Monthly Schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly Project Status Reports G. OPCC updates with milestone submittals and when new cost figures are available H. Plan Submittal Checklists (See Task 10) I. Monthly invoices J. Monthly DVIN Report Form and Final Summary Payment Report Form City of Fort Worth, Texas Page 3 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening Page 3 of 30 � L'�d 10 � 21 + RT WORTH�, . ., . , M r:r_�.�� �■�r. r.�a:� i�:�an:�:!frsr_r. �a r ���:�rs�:�r. ��r_♦sz•s� Tr. m r-'w Thc r�i �rr�nc�c nf 4hc nnr�ncr�4i �nl r�loc�inr� ic� fnr 4hc CAI(�IAICC� 4n i�7or�4if�i rlc�iclnv� e � � � ' � � ■ ■ �l 1 � . � ■ 1 � ' � ' � � 1 ■ � � � � ■� �1 � � � � � 1 ■ - 1 ■ - � � � i�+„ ri z-� ,rc��r�i=ai=r^v@ d\rAI\IJd-7AfIIl:►Ll�l-� � � t�7Yr�L � ■_ . , r�l�r�c� ��ii4h 4hc i �4ilifii nnr�flin4c� I11/YI'1I1/YI'1�G!'� nnrl n I 14i1i4�i (�nr�flin4o T�hlc nf 4hnoc City of Fort Worth, Texas Page 4 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening Page 4 of 30 � L'�d 10 � 21 + RT WORTH��, , . r:r_���w�����_za:s�inr.��r.��■��t�r_�ss�:r_�ar���r_r.�:s�r.� .■ .■ Fi�� �:T.RRTT�71:7:� �T-T7I.R:7 _7�:T.T: a � . . . ------ - .'aii7"----- - _ - - -- - - --- - ■_ . >71 .ff.T.R���TT-S�f:T�R*:F1:7:f:t.T.fl=ts�ff:!f[T�E7 . � ■_ � � � � � � i �� ■- . . � ■ ■ � � � � ■_ City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 5 of 30 Page 5 of 30 �.u__�-e1- �a�;so;� R�=�u�+V:_� S+`�dening ����a iozzi + RT WORTH�, . �,. ., . ,„ „ ._ .� .� .� . . � ■_ �_ . ■ . . ■_ ■ ■ ■ ■- . -� � „ . .■ City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 6 of 30 Page 6 of 30 �.u__�-e1- �a�;so;� R�=�u�+V:_� S+`�dening ����a iozzi + RT WORTH�, . . � . . , , . ■_ ■ . . „ . .,, ,,, „ ._ . „ ._ .�•mr_*s�.r_rsrr_���:rr_E�:nrnt:r_z�ir.i:�:srs��-r_ r.sr�r.r_�rrrssrn:nr_�s�. - ... �_ ��_ ��� . ` '' ■ . ■ . ■ . �� . . . ' . . � � � � • . > > • City of Fort Worth, Texas Page 7 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening Page 7 of 30 � L'�d 10 � 21 + RT WORTH�, , , . . .. . - - - - �� - - - - - - - - - � -- - - - - - .„ - - - - - - . ,„ „ ._ . .. , , ifr., _ ■. .- ■. - ■- . , , , . ■_ �, . • _. , - „ , . k���s�,�, r-Ts�r:r_w , , r�roc�cr�4�4inr� nf 4hc mnc�4 �r�r�rnr�rin4c fnrmn4 /vvinc�4 � ic�i �nll�i in Dn�eior Dnin4\ �r��7 r City of Fort Worth, Texas Page 8 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening Page 8 of 30 � L'�d 10 � 21 + RT WORTH�, , , � , , - � ._ , ._ .� , , 1AI:T17Tl�:SdffS�:T.S�:T-�C -T.�l.T.T.T.F1:L'SlR:T.S��ftIF[l�l�:SdFIS�flI�. - ' �- . . . � ■ - � ■ - - - - - - � � - � - - - - - ��� . . . . � . . � Fet�a �1� . � � � � , _�� � � �� _�� �■ �■ � � T� �77�f_7S� ��i C�:RG1Il�7�:STZTSZT:T' L�T7T�lSdTSS�:T!\ � The r`ITV'�. fr.,.�+ .J .J +e..h.�i I +i...,� �.�ill he � The CAIr_IAICC� - 2f�c�-a�ncrcccrtnrCt�rvpcC-F�TCt7 "2��rr�crrvn-r�crc �h.,ll � .,le.,-,e.,+ +he +e..h.,i.+.,l � ..�F�...,+i.,.,� �f .,ve�-Ie.J City of Fort Worth, Texas Page 9 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1- �a�;so� R�=�u�w:_� S•+!dening Page 9 of 30 � L'�d 10 � 21 + RT WORTH�, ilr�c /'I \ D� ihlin �Aco4ir�n ic� �oo� imorl h�i 4ho (�ITV nf 4hc Drcliminnry licoiivr� r�lnv�o v. �li�Tri G� r� il'Tl"RVRTIZ r�vr[ C (� mm� �r�ifii �A r�n hihi4 ���e��mee#�,�,�c�c,,,�s City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 10 of 30 Page 10 of 30 �.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening ���a iozzi+ RT WORTH�, TASK 4. A. FINAL DESIGN (90 PERCENT) Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Final draft construction plans (90%) and Project Manual shall be submitted to CITY per the approved Project Schedule. • The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in the Utility Clearance Letter to be issued by the City PM. • The ENGINEER shall submit an estimate or opinion of probable construction cost (OPCC) B. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (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. • Drainage Study checklist in accordance with the current iSWM Criteria Manual for Site Development and Construction. • A Quantity Summary page will be included in both the 90% and 100% design plans. Each design sheet of the plans shall also include a quantity take off table. • The ENGINEER shall submit an estimate of probable construction cost (OPCC) ASSUMPTIONS • Two (2) sets of 11"x17" size drawings and one (1) set of the Project Manual will be delivered for the 90% Design package. • A PDF created from design CAD drawings and CAD files for the 90% Design and will be uploaded to the project folder in the City's document management system (eBuilder). • One (1) sets of 11"x17" size drawings and one (1) set of specifications will be delivered for the 100% Design package. • A PDF created from design CAD drawings and CAD and CAD files will be uploaded to the project folder in City's document management system (eBuilder). City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 11 of 30 Page 11 of 30 �.u__�-�1_ �a�;so;� R�=�u��.V: _� S+idening ���a iozzi+ RT WORTH�, DELIVERABLES A. 90% construction plans and specifications including QC/QA documentation. B. Utility relocation package. C. 100% construction plans and Project Manual including QC/QA documentation. D. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's or TxDOT's standard bid items and format, as applicable E. Cover sheet in PDF format for the signatures of authorized CITY officials. City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 12 of 30 Page 12 of 30 �.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening ���a iozzi+ RT WORTH�, TASK 5. BID PHASE SERVICES. The CITY reserves the right to deliver the project by bidding it, issuing a work order out of an existing a unit price contract or by alternative delivery. ENGINEER will support the construction procurement phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto the City's document management system (eBuilder) for records. • Project Manual shall be uploaded in a single PDF file in eBuilder as well as individual files as required to be included in the City's procurement portal, Bonfire. • Bid Proposal Document of the Contract documents shall be uploaded in a file format of filename extension ".xls". Unit Price Proposal documents are to be created utilizing the city's unit price tool only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, that will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to the City's document management system (eBuilder) in two formats, PDF and CAD files. The PDF will consist of one file of the entire plan set. The ENGINEER will coordinate with the PM to respond to Vendor Discussions (RFI) and issue Public Notices (addenda) when necessary, in Bonfire. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidder's questions and requests in the form of addenda. The ENGINEER will coordinate with the City PM to upload all approved addenda onto Bonfire as well as eBuilder. • Attend the pre-bid 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. • Review all materials received from bidders/proposers, assist the CITY in evaluating them, and recommend award of the contract. A copy of all submitted materials is to be uploaded into the project's Bid Results folder on the City's document management system (eBuilder) • Incorporate all addenda into the contract documents and issue conformed sets. After the bid opening, ENGINEER will provide a minimum of 5 full sets of plans, 5 half-size sets and 2 copies of the conformed Project Manual set incorporating all approved addenda. City of Fort Worth, Texas Page 13 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening Page 13 of 30 � L�d 10 � 21 + RT WORTH�, ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • Construction documents will only be made available on the City's procurement platform, Bonfire. • Construction documents will not be printed by the CITY and made available for purchase by plan holders and/or given to plan viewing rooms. • All procurement materials will be uploaded to the City's procurement platform, Bonfire, as well as eBuilder. DELIVERABLES A. Addenda B. Recommendation of award as required per project C. Construction documents (conformed) City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 14 of 30 Page 14 of 30 �.u__�-�1_ �a�;so;� R�=�u��.V: _� S+idening ���a iozzi+ RT WORTH�, TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1. 6.2 Construction Support • The ENGINEER shall attend the pre-construction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend one (1) public meeting to help explain the proposed project to residents. The CITY shall select a suitable location or media and mail notices to the nearby residents and other stakeholders. • The ENGINEER shall conduct periodic site visits as needed during the duration of construction. The ENGINEER will prepare or collaborate with the CITY PM on a Construction Progress Report using the CITY's standard format and upload in the City's document management system (eBuilder). • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in the City's document management system (eBuilder). � ENGINEER shall review material substitution requests, issue a recommendation and incorporate approved substitutions into the Record Drawings. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, respond to Request for Information (RFI) from the contractor, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER will meet with the Project Delivery Team and Contractor on-site to review any field changes. • The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list. Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. Information provided by the CITY may include, but is not limited to the following: o As-Built Survey provided by the contractor, which includes vertical and horizontal coordinates of all water, sewer and storm drain assets, and in accordance with the Construction (As-Built) Survey Specification. ENGINEER shall verify accuracy of the data provided by contractor and conformance with requirements. o Red-Line Markups from the Contractor o Red-Line Markups from City Inspector City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 15 of 30 Page 15 of 30 �.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening ���a iozzi+ RT WORTH�, o Approved Substitutions The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or higher). The set must include the cover sheet bearing City official signatures. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the digital files. • There shall be one (1) PDF file and one (1) CAD file for the TPW plan set and a separate PDF and CAD file for the Water plan set, if required. Each PDF file shall contain all associated sheets of the particular plan set. Sinqular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: I. TPW file name example —"W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example —"X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF files shall be uploaded to the project's Record Drawing folder in the City's document management system (eBuilder). For information on the proper manner to submit Record Drawing files and to obtain a file number for the project, the ENGINEER should coordinate with the City project manager. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. City of Fort Worth, Texas Page 16 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening Page 16 of 30 � L�d 10 � 21 + RT WORTH�, ASSUMPTIONS • One (1) Pre-Construction Community Meeting is assumed. • Ten (10) site visits are assumed. • Four (4) submittal reviews are assumed. • Four (4) RFI's are assumed. • Two (2) Change Orders are assumed. DELIVERABLES A. Community meeting exhibits C. Response to Contractor's Request for Information D. Review of Change Orders E. Review of shop drawings G. Record Drawings in electronic format City of Fort Worth, Texas Page 17 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+idening Page 17 of 30 � L�d 10 � 21 + RT WORTH�, . . . d\WI\IJd_7Afll!lR:�:T.�:L�:T.■:T-7: . . - GS!-T.ET.7_7�11�1�:T.�GT.T:ET.l.�S7ff:T-C�T . . r � �� � r:r_���w�����_za:s�ir:r-sr_�tf:r_�n:sra�s�en�:r. _ _ .rs . ��i�_�:s�s�►ra���rs�- .�•�n:�:!frs�� . . , , -. � . � , , . � . r:r_���w�����_za:s�i . �:�t�sr�:�rra�r.�:*ztr.r_rrs�s�i�er.r. �� . - „ ■_ . ■_ •�:nr r_�:rT.�s�r_nar_�r_nes��rn:�r_n:se�r.��:r_� �� w i� i��-rm i r_�n�rr_n - • _ ���w��i�� ��nr_�r_rr.�ss�nrn:�� , City of Fort Worth, Texas Page 18 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening Page 18 of 30 � L�d 10 � 21 + RT WORTH�, . �,. ., _�r.,:sars�.�.�srr.�:�:,� er. �r,.,rnrr.a�:rr�:.-,: �,r�:,:s�s�nse.,T.a,�: r�:e�.r_r. . ■ .■ - - - :,i,.�- - - - ' - -- - - --:.i.-� - - - - - - - .■ i�er�er�l ren��irew�er�4c�• ■ 1 � ■ � � � � ���7TTtlS�7. _ � i�l�LTlE�:T .►�P.T-Rt� 711�t! 7f'I:S'�l�7T�GT.T�'1A1:TTl1:1 � .+ f +.J.,.,-,.��., �-. /C..h le I���.' f T'+le F��oTe�ir�e+a��;�ee�;,;gs��ed����+s��R� City of Fort Worth, Texas Page 19 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening Page 19 of 30 � L�d 10 � 21 + RT WORTH�, 4 Y/Y\ C� 4 hihi4o �nrl m �nlJ hni �nrJ rn�i�rl nn (�ITV fnrm n. �rsei�e�lrex„rarc��m-„�ee��s-r�rv-v,a � �. �n� .,"'� E�62+'1�2#a�621� o. � Y�T �ep ^�;�o�;+� +r„ ,.,,.,er����e�-s �7^c7 YJ'�l7�T �..�1�' ��;DTI�Ti+Tvfc Ci ['Ir�� n nvvCmTGTT.�. _ �r�r�linnhlo in����ivi�r�r�v�n nn�T .�5.� City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 20 of 30 Page 20 of 30 �.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening ���a iozzi+ RT WORTH�, TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. n��Survey ENGINEER will perForm field staking of rights-of-way and/or easements. €�el� o� inio�ic� 4n nnllcn4 hnri�nr�4nl nnrl �icr4in�l olc�i�4inno nnrl n4hcr infnrvnn4inr� nocrlcrl h�� CAIr_'IAICC� ��-, .Je��..., .,.,.J .-� r.,+�l,., .,F .,I.,.,� f.,r+he .-, e..+ I.,FI,r.,,.,+�.,�-, , onni4nr�i �r�rd nrdinncr�4 o4nrm oo�eicro rim/in�icr4 cic�in4inr�c� Inn�4inr� nf hi �ricrd t f r � r i 0 L'v�n �4inr� eiill ho c�hn��ir� nn ir�4crocn4inr� Invn� i4c� �eii4h nrnoo olnv�o 4n fi4 v��v�2 �i/zrsTvrT � � ■ � ■ - - ?.���=�- - -- -- - - - - - - -- - - -__._e.:'� � - - - _ - � Tho minimi �vvi o� ir�ic�i ir�fnrm�4inr� 4n ho r�rn�iir�lor�l nr� 4ho r�l�r�c� c�hnll innl� ir�lc 4hc �� ����7.N-TS�iT�:ST.LILVTT-Sl��.T.1Aff.T.I.\■�iT�:STl.1���. P.S�RS-CrT.�S-[��1'.flr1 .�� .� ��_ ��� � . ■ ■_ . ■ . ■ . �i . . . �i . . 0 {^�� City of Fort Worth, Texas Page 21 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening Page 21 of 30 � L�d 10 � 21 + RT WORTH�, ar.,.,r..z•�.,:�an:�a_.■rtix�r . . ��n��.�.z,rr�.,.n■.�.� z,sr... . . - - ■ �-- - � - �r6II r�r��in�h�c r nrrdc /c n i�4i�i4�i n�ein h� �r�c �1 h� ii�4°� nr r nrrl �r@6�ppRva�cT@6m-crsZ�g.� as'my—vvrrT2{��cr62��lupv, �u�anr—vrTGi6vrcr rlrn�eiir�lvc� v�crmi4 rcnnrrlc� ficl�7 r�n4cc� ivcnnrnv�hin ir�fnrm�4inr� c��ic�4cm r�ln4� nrnl � r � � hic�4nrico c4n \ nr� 4hc cvio4cr�nc nr�r�l �r�r�rnvivv��4c Innn4inr� nf cvio4ir�n ir��inl�icrl .,};';};,., � #titFtic.��. . rs�artr. n:�r.r. rfsstn:�s�r. r. K�n:� �n e� ��r. rs ■_ . . ■ , ,-e�„i„e ,.,,���,.+��,. �nf,,,-w,.,+�„� , , City of Fort Worth, Texas Page 22 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening Page 22 of 30 � L?d 10 � 21'+ RT WORTH�, . . _ _��n_ �n:r.�Rr:r_tss�rrsr.r.rnarTr.e�r.��re�r_�r.i� , � i4ilifii lino nr ovo4cm zrsc _ s=eS'z'��.'s'Ei7rsis -r�r.r:rr_zs�/_istssas�lrc�r_��i:'►�rmr.r_ � I Ir�lcoo n4hcr��iioo rlircn4o�7 vv�nrL ncr�4crlir�c nf c�innlc_nnr�rli �i4 lir�co �r��7 ni �4oirlc r r _7T.l.1l�l-�: KifT.}�:TaT! TS:AI-T-�:�: RnR:L'[T-T: Rf71 ff�T�:T.� ■�SlI F[l�17T.T.1T. �:T.l7�I:�1-l�l-T.' I � � � � . �d2��t , • ic� r c�nr���Jn �ir�nhlc frmm �h 4cc� nlc c�i4c �'�-rsr2� c2F� 2�cn-cc� vn.�rc� ASSUMPTIONS Right-of-way or easement stakes will be set once. . , • , , hee�, �.�, F.,..+ ..Ie.,re�J City of Fort Worth, Texas Page 23 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening Page 23 of 30 � L?d 10 � 21'+ RT WORTH�, DELIVERABLES n. 9r.,,.,;��t#�s}es .,,,,,���a,;+, ;=��e�sic� .,.,,� ,.,,,,r,�;h„�e�Ts�. Q IC r�l�r� r�lr��eiir�n I h�i n r�rnfc r»I ivir� r i ir� 4hc C4�4c nf �. s seaT ���ss+o,�,�re��„�ee�-Teg,s�e� Toi-cR�a'T C. One set of field stakes City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 24 of 30 Page 24 of 30 �.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening ���a iozzi+ RT WORTH�, . . �.w�.���_�ntn■Tr.rtr. _ r.�s��ar���r.r. .�i � ■- ■� -- ��, _ .�r.n�ssr_ir.r. rss�. _ ■. � -- „ �.feir_t.sr.�■ - - - - � - -�-r_�resrn:i�r■i■-�� . . . . �ar.a����� ��a��r_is.�tr_rr.r_��e�s�. _ rer�nrn�r■�■- ■ ■ . . ■ ■ - ■ . . . ��-�a=�=�= -rr_'�r_rsr� City of Fort Worth, Texas Page 25 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening Page 25 of 30 � L�d 10 � 21 + RT WORTH�, . � -- - - :Sss:1rS�17. :ET:�.T.T-.!i■��:.T �■. - � �. � . � ... .. � �i � � i� ii ■. � ... � i � i. � �. . � ��- . - - - - - - - -�e.�:.-- - - - - - - • '- d\�AI\IJd �:L11�'lTT.TFI:L'[77AFl7�.�7Tti7!l�l�T_TST_�Sf1:�7T7�Z17►�:T�� - �- '� � '- . � � • � , ._ �_ ■ . � ._ � � �- City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 26 of 30 Page 26 of 30 �.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening ���a iozzi+ RT WORTH�, TASK 10. QUALITY CONTROL / QUALITY ASSURANCE ENGINEER to provide to the City a Quality Control/ Quality Assurance Plan (QC/QA Plan) outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. ENGINEER is responsible for and shall coordinate all subconsultant activity to include quality and consistency of plans. If, at any time, during the course of reviewing a submittal of any item it becomes apparent to the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may cease its review and return the submittal to the ENGINEER immediately for appropriate action. No additional time will be granted. 10.1. QC/QA of Survey and SUE Data • The ENGINEER's Surveyor shall perForm Quality Control/ Quality Assurance on all procedures, field surveys, data, and products prior to delivery to the CITY. The CITY may also require the ENGINEER's Surveyor to perform a Quality Assurance review of the survey and/or subsurface utility engineering (SUE) work performed by other surveyors and SUE providers. • ENGINEER's Surveyor shall certify in writing via a letter that the survey information provided has undergone a Quality Control/ Quality Assurance process. • ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a letter that the SUE information provided has undergone a Quality Control/ Quality Assurance process. 10.2. QC/QA of Design Documentation • ENGINEER shall perform a QC/QA review of all documents being submitted for review at all stages of the design including the 30%, 60%, and 90% and Final Document design review submittals. QA should be performed by an individual within the firm who is not on the design team. ENGINEER is to acknowledge that each item on the Detailed Checklist has been included by checking "done" on the checklist. If a particular checklist item is not applicable, this should be indicated by checking "N/A". If an entire checklist is not applicable, this should be indicated by checking every item on the list as "N/A" and still included with the submittal. The ENGINEER shall use the Detailed Checklist provided by CITY. • A Comment Resolution Log must be used to document conflicting comments between reviewers and to highlight comments made by the CITY that the ENGINEER is not incorporating into the design documents along with the associated explanation. The ENGINEER shall use the Comment Resolution Log provided by CITY. • The documentation of a QC/QA review includes (1) a copy of the color-coded, original marked-up document (or "check print") developed during the QA checking process and/or review forms which sequentially list documents and associated comments; and (2) a summary list of the findings of the QC effort. City of Fort Worth, Texas Page 27 of 30 Attachment A RevisionDate:05.23.2024 �-u--�=�1_ �a�;so� R�=�u��.V:_� S•+!dening Page 27 of 30 � L�d 10 � 21 + RT WORTH�, • Evidence of the QC/QA review will be required to accompany all submittals. Documentation shall include, but is not limited to, the following items: - PDF of the completed Detailed Checklists If any of the above information is missing, is incomplete or if any comments are not adequately addressed; the CITY may contact the ENGINEER and request the missing information. If the ENGINEER does not respond to the request within 24 hours, the CITY shall reject the submittal. No additional time will be granted to the design schedule for a returned submittal. ENGINEER shall plan to recover the lost time with future project milestones remaining unchanged. • If the ENGINEER has not adequately addressed the comments, the submittal shall be rejected and returned to the ENGINEER immediately to address the issues. ASSUMPTIONS • All submittals to the City will be Quality checked prior to submission. • A PDF of the QC/QA documentation will be uploaded to the project folder in the City's document management system (eBuilder). DELIVERABLES QC/QA documentation a. Comment Resolution Log b. Summary of the QC effort findings City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 28 of 30 Page 28 of 30 �.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening ���a iozzi+ RT WORTH�, TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Traffic Traffic Control Control Control Storm Storm Lights /Sewer p o p Attachment "A" Signal Engineering 30 /0 60 /0 90 /o Water Water (Submit (Submit Type (Submit All (Submit All @ 30%) 30% 60% All @ All @ p� 60%) Required for all work in City 30 /0 60 /o) ROW Street X X X X X` X X X Storm Water X X X X X Water / Sewer X X X X *If included in street project City of Fort Worth, Texas Attachment A Revision Date: 05.23.2024 Page 29 of 30 Page 29 of 30 �.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening ���a iozzi+ RT WORTH�, ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existinq Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks 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, unless included as part of Section 7. • Services related to disputes over pre-qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Administration of the construction contract 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 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 Revision Date: 05.23.2024 Page 30 of 30 Page 30 of 30 �.u__�-�1_ �a�;so;� R�=�u��.V:_� S+`�dening ���a iozzi+ ATTACHMENT B COMPENSATION Design Services for Cantrell Sansom Roadway Widening Amendment 2 City Project No. 102217 Time and Materials with Rate Schedule Project Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Cateqory Rate for the ENGINEER's team member performing the work. Labor Cateaory Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate $/hour Pro'ect Director $320.00 Senior Pro�ect Mana er $280.00 Pro�ect Mana er $215.00 Pro�ect En ineer $175.00 Senior Desi ner $170.00 Graduate En ineer $150.00 Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 1 of 4 �u..Lr-�1 � :�71=�3C�il h._�u�i:•i�i�+ fiti �C��r,� r;r7 vP:l 10�'�1.` B-1 ATTACHMENT B COMPENSATION iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B �u�.�-�1- Sa�_�so� R.ou�.v :,� ';; �,��1; �^cr PMO Official Release Date: 8.09.2012 v P:J i C� "i. 1"1 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION L1�� Summary of Total Project Fees Firm Primary Responsibility Prime Consultant Burgess & Niple Civil Engineering Proposed MBE/SBE Sub-Consultants Undetermined Undetermined Fee Amount % $14,900 100% $0 0% Non-MBE/SBE Consultants TOTAL 14 900 100% Project Number & Name Total Fee MBE/SBE Fee MBE/SBE % CPN 102217Cantrell Sansom $14,900 $0 0% Roadwa Widenin Amendment 2 City MBE/SBE Goal = 0 % City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 3 of 4 Consultant Committed Goal = 0 % ,u�_�rel � �a°;�orn h�=�ad�Va�.+ 'r�-dening �L-".J 1U�217 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 4 of 4 Uu:.L�tl_ :ia'i�0� 1�.���.;�'.v::':' �r'±1tiY=lilr:x �L"J L�J�Z1 + B-4 rr r-- i: � .� -� ,�a 4 i, ;�a [u :� r -C � _- �. ?� � �itt ir; t=; r7 C: r1 tU .I �i [� i� .+ Z � � m � � a C3 � � �� N � � �_ �u � O = � � �77 Q J F" L 6 � y 0.1 U .� � �!} � � 6t C ia 'c � � � � C � G� A '� � m � � � @ � a •� i� m� �� C � �C1 C C L6 � � 6 � N y" . t 6 �L Z i..} C m � � c � � � C'�3 � C'V � � � � � � e � *�� �� ♦ � � � � N 47 � � N � � {I} O � OC} � � rl� W �q � 47 � d7 ~ 7 i�6 .� � N � � � � ' � � � m �-. � .� � � � 4 L � U � � � � � �,. ^ L � � � � N a C .� � � > � O V � �O � > � C � N N L V � N �i6 N U� V/ � C . N � � N C1 p O �O a V L �.r' aa� vi 0 .J � C W a y O M � GI a E Z c> a, � � U W L O W U O i c � 0 T 9 9 Q 9 c m m N m r A � d � O U 9 . C d i0 a > w A NN � r N W ` aa oc U L � . '„ 3 i1 � �� a c o 7 � T 3 C y� W � L � U = � Q � m 01 m G 16 Z � C 16 a � � U � � � � X � O � r O � � U � m n � c vJ rn 3 �, 3 � O a m U3 a � C O O W f0 O V M a 3 � � = co � � S O u� 3 O r V = 01 � a rn m �o N N N a ci � _ Q o � � L . Q � U � X E� a� R dOFLL � � v M w � a � a � � N N N � N N N _ �� > �� > V � � N � �+ G O V 7 lL F � 'o � ui ui °' N � � 0 0 R N N = N N � m � � � a a >, � � �o 7 7 N N N� u�u�au�u�_= �N � O 0 V O 9 � r N � � 0 ti M ro � rn � W 9 4+ (J C m � C w � � � � �a .r S � �; m � � � L � a � L O i � O N m 0 N r O N t) �O > C N L H N 16 � O H � r- �. � � :v L: r`J 01 O T� r-I `� U � � I� i] �i � O [9 L: � � ri w u iJ i� �� �.,:- �� �:i N G ^d Ql � � � 1 a 2 a � '-� � � "i7 �s ❑ a E G 47 � M L`j � � N �+ � S: � U N N N N � M O M � OO � � d IL a�+ ` � aW-� 0 C 7 O d � Z u � °�' �� � a .� � � a �L y v w a m o �, � U a E 0 U N O_ W uCi a � -o �' � � m a a � c .o � � m o � C � 3 � a i d m c m g 'ro C1 �. �d o� aa N N N N .Q.� y N c � m a> > 3 m 0 � E 0 m � N � U d 'o 4 O v � Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ooui�ci0000000000 V(O oJ N N� fA H3 fA H3 fA H3 fA H3 (p lcl c7 N I� O C � � oJ � N = ufvaufi» O E a O O O � � 4T 0 ri ti `o L J Y 0 F- O � 00 �� � U � N � :° m o � � � 3a � � O o u a V y c� V c a °� 3 � � a 0 0 0 � 0 0 � � � O � � N � R 0 � 3 y a N C GI a x w `o � R C O Z O O O N M fH O O O O O) � E!T W U O > z � 2 F w � O J F O F a 0 Q u � `a rn c � W .` a v i v U m °> d c :_ •3 � o O � T 4 �a o � N q 1 q �ti u � > m c C � Y C N A v d � a � a U � R N U a c > w m y� !� � m v m a "'gr •p °' E a c 'c o � � U t � u � • o � m 3 N V u � � � u c w c y � � N OI >. � °' � y c a _ L N IL �i U � � .� N � � T � �j o � M M � O 0 �i � r N � � N � O �y Ci O O O � .0 � M 4 � � N o � � N r p� O � � LL N � O �L � � ~ o � N Y N� o �(a N o M O O M �Vo��M i1� � M N N � J .. .. � N 9 y 0 � � £ � � Zo .N V ^� uw G1 G> ° F d m � •� a ` y L O O�`oo�'� d a U��iUa c n � d 01 m uCi G f6 Z T i ia C � O U r r � L" > r � LL 0 0 a � � � a� 3 rn 3 � o s m �a � � o v m t6 O � M -0 3 C - � � 2 O N 3 o m � a o r v = rn � n rn m �o N N N v ui �a c QL -da � � d X N�FIL a .o r c N m 'O M >C � > O � o 0 0 � N N N > � M � > V � � N ic �« E O V 7 LL H � O S a>d�'dd N � � � � � 000 d a = a, d „ .a.Q � V V J a a >. � � �o � � �a ai a> > v�v�av�v�5 c m .� c 16 R E R dm � c d a � � � � _ U — � M v N o 'Q 7 m � O �n C > v — a� e» en a` 0 0 _ = o i d o ayo 0 n � a o a � m � � a o � J £ £ v U a e» M � � ° o m � � = m L � � � ¢a � C N = aa � � o £a Q C N � aa � C � £ Z Q M c � ar c rn £ 7 � 41 G � L � � Qa O .y � N d = � � � a � M M 0 N 0 � 0 � 0 M 0 � O M 0 m N v C � N L � N � O � 0 0 0 0 0 0 � Qi Q � � � � � � V � a � � � � �; �: � � :� G r`J 01 O T� r-I `� U � -ti i� i] a E O c� C r7 :n � v u iJ I� �� w .t. r O v� .0 �_ q O � T d 9 VI Q � 9 o � �i R �� a 9 N U � O m > � �y a y C 10 N' W � � O 6 V E c v o m .o U y � > W y yqj V1 a U o a "' o a ¢ c E a` U �p O C � V L � N y N . o � v 3 .. N v � a� �O � � V C w a c � � °' o A u �' � T � a+ c c � m W ' a ' c a V/ i� � U � � .� � � > � � � M � N (� O N� � L.L n N � � � o X N � X •� � M o (� m C (� =m a _ _ y � 0 41 �nF� •> � N Q � O �U��o� a� � � �a ;.; .. c N Qa Q � Q £ L =O .N v �^� ? y � d �F a R O Oa� �t � L � �`OOr = aa�3LL�a � � z ro N m m d E R Z T i io a � O U � r � F r � i � lL O O Ui n a? N � rn3,n 3 � o 4 � � a c o v m m o v M a 3 � 3 = o in M T O I � O � rn m co N N � '6 N 'O C Q O � N � 2 R w � X N O H LL a -o � � � �� a o,� � � 0 N N N � N N N � > � m > V � � N �Ne 0 V 7 lL H ^L O S y y � a> a� N C a' R R jp m m c� �0 .Q .Q E � c.i " a a �, Z �Z 'o 7 7 R N N� wwaww5 0 � N C G7 N .� C7 y� IcC R G � N m � 0 0 0 C V � �' v O j� e3 U — v o U N N 7 m � O o c > � — ` <» in a o a � o0 y C � o ` y rn o rn o y � o d rn o d ai o rn o � o 0 � O d � W � � C. � O V JUQ �e» I� O Y � o c Q O � � N m rn � � R o v d oo��, Q Q U) � O O N � � o rn � 0 W � � � � � �a Q c G7 � C � � N N � � Z Q r � � � � c � � 7 ui d � � i Qa O .J O N � c c � �� � o0 � M M �N � 0 0 v v N W 0 N r � N 7 M � � � 0 � N � � � N _ � N L � N r O H � r � v � ro � rn � d a � � � r i d L a L d i � �; �: � � :� G r`J 01 O � r-I `� U � ii I� i] P.' E O � C �3 :�] � � v u iJ I� �� FORTWORTH ATTACHMENT "D" PROJECT SCHEDULE A. ENGINEER Project Schedule Development ENGINEER shall prepare a project schedule for the services to be provided in fulfilling the requirements of the Agreement and encompassing the Scope of Work defined in Attachment A to the Agreement. ENGINEER shall prepare and maintain project schedule throughout the life of the project as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for planned sequencing of the work activity and timing of the work. B. Schedule "Tier" Selection City has identified three "Tier" levels for project schedules as defined in City's Specification 00 31 15, to align with the size and complexity of the project as a basis for schedule development. City's Project Manager will determine the "Tier" level for the ENGINEER's project schedule as part of the negotiation of the Agreement. C. Project Baseline Schedule ENGINEER will produce an initial project schedule and submit as a"baseline" for review and acceptance by City's Project Manager as defined in City's Specification 00 31 15 which will be referred to as the Project Baseline Schedule. Updates to the baseline schedule follow the requirements of City's Specification 00 31 15. D. Project Progress Schedule ENGINEER will provide to the City, monthly updates to their project schedule indicating progress of the Work in compliance with the requirements of City's Specification 00 31 15 and said schedule will be referred to as the Project Progress Schedule. E. Master Project Schedule City will develop and maintain a master project schedule for the overall project. ENGINEER's project baseline and progress schedule submittals will be an integral part of the development and updating process of City's Master Project Schedule. City Of FOrt WOrth, Texas Cantrell Sansom Roadway Widening Attachment D c2tv 10221� Revision Date: 07.20.2018 Page 1 of 2 102217-EPAM-Cantrell Sansom - B&N Design Amend ment #2 Final Audit Report 2025-02-13 Created: 2025-02-13 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Filled Transaction ID: CBJCHBCAABAAt2sPolya3e0KwAwIIkYEirqjWt3hekB "102217-EPAM-Cantrell Sansom - B&N Design Amendment #2" H istory �:� Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2025-02-13 - 3:43:45 PM GMT- IP address: 204.10.91.100 ^-�� Document emailed to Jessica Rodriguez (jessica.rodriguez@fortworthtexas.gov) for filling 2025-02-13 - 3:45:25 PM GMT �`_' Email viewed by Jessica Rodriguez (jessica.rodriguez@fortworthtexas.gov) 2025-02-13 - 4:46:54 PM GMT- IP address: 204.10.90.100 ��a Form filled by Jessica Rodriguez (jessica.rodriguez@fortworthtexas.gov) Form filling Date: 2025-02-13 - 4:47:08 PM GMT - Time Source: server- IP address: 204.10.90.100 � Agreement completed. 2025-02-13 - 4:47:08 PM GMT ���� 1'1'd�i��'iy Pawered by � Adohe Acrobat 5ign F�RT`��RTH�, Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Cantrell Sansom — B&N Design Amendment #2 M&C: N/A CPN: 102217 Date: 2/4/2025 � � � � � � � � : � � Name Jessica Rodriguez Mitch Aiton Raul Lopez Lissette Acevedo Patricia L. Wadsack Lauren Prieur Doug Black Jesica McEachern Jannette Goodall TPW Contracts CSO: 53330 Department TPW - Review TPW - Approval TPW — Approval TPW — Approval TPW — Approval TPW — Approval Legal — Signature CMO — Signature CSO - Signature Initials � 'n vc�� �� �� „„ �� ,� „„ � . �,�F����.,�� DOC#: N/A Date Out Feb 13, 2025 Feb 24, 2025 Feb 26, 2025 Feb 26, 2025 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES �No ROUTING TO CSO: �YES ❑No NEXT DAY: ❑YES �No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested � For Your Information � Signature/Routing and or Recording � Comment ❑ File Return To: Please notify TPWContracts(a�fortworthtexas.�ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you!