Loading...
HomeMy WebLinkAboutContract 62435-A1City of Fort Worth, Texas On-Call Engineering Services Prof Services Agreement Amendment Template Various City Project Numbers Revision Date: 03/08/2024 Page 1 of 3 AMENDMENT No.1 TO CITY SECRETARY CONTRACT No. 62435 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 62435, (the CONTRACT) which was administratively authorized on the 12th day of December, 2024 in the amount of $90,000.00; and WHEREAS, the CONTRACT involves engineering services for the following project: On-Call Engineering Services, Various City Project Numbers; and WHEREAS, it has become necessary to execute Amendment No.1 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 the proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $210,000.00. (See Attached Funding Breakdown Sheet, Page -4-) 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 $300,000.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of Fort Worth, Texas On-Call Engineering Services Prof Services Agreement Amendment Template Various City Project Numbers Revision Date: 03/08/2024 Page 2 of 3 EXECUTED and EFFECTIVE as of the date subscribed by the City’s designated Assistant City Manager. APPROVED: City of Fort Worth ENGINEER Kimley-Horn and Associates, Inc. Jesica McEachern Scott R. Arnold Assistant City Manager Vice President DATE: _______________DATE: _________________ ATTEST: Jannette Goodall City Secretary APPROVED AS TO FORM AND LEGALITY:M&C No.#: ___________________ M&C Date: __________________ Douglas W. Black Sr. Assistant City Attorney , 2025 M&C 25-0426 May 13, 2025 City of Fort Worth, Texas On-Call Engineering Services Prof Services Agreement Amendment Template Various City Project Numbers Revision Date: 03/08/2024 Page 3 of 3 FUNDING BREAKDOWN SHEET City Secretary No. 62435 Amendment No. 1 Fund Dept ID Account Project ID CF1- Activity CF2 – Bond Reference Amount $210,000 Total: $210,000 City of Fort Worth, Texas Page 1 of 30 Attachment A Revision Date: 05.23.2024 Page 1 of 30 ATTACHMENT “A” Scope for Engineering Design 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 the projects completed under the Task Order agreement is to improve vehicular and pedestrian mobility and safety throughout the City for a variety of transportation improvement projects. Work under this agreement includes but is not limited to, project management, data collection, traffic studies, conceptual design, preliminary and final design, bidding, and construction phase services for transportation improvements. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design (30%) Task 3. Preliminary Design (60%) Task 4. Final Design (90% and 100%) Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Permitting Task 10. Quality Control/ Quality Assurance On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 2 of 30 Attachment A Revision Date: 05.23.2024 Page 2 of 30 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 monthly 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. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 3 of 30 Attachment A Revision Date: 05.23.2024 Page 3 of 30 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 the 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 (to be determined in each task order). Project construction phase is anticipated to take XXX (X) months (to be determined in each task order). XXX (X) monthly updates of Project Status Reports, DVIN forms, Opinion of Probable Construction Cost (OPCC), and project Schedule (to be determined in each task order). 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 On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 4 of 30 Attachment A Revision Date: 05.23.2024 Page 4 of 30 J. Monthly DVIN Report Form and Final Summary Payment Report Form On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 5 of 30 Attachment A Revision Date: 05.23.2024 Page 5 of 30 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 identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY’s endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection Traffic Count Data: Microsoft Excel spreadsheet of Raw 24-hour and Turning Movement Count data gathered at 15-minute intervals at a minimum on all raw data collected. Provide Daily Summaries by Approach and Peak-Period Summaries by Approach. The spreadsheet shall be uploaded to the CITY’s document management system (eBuilder) folder ‘TPW Traffic Count Data’. In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in the coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. 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. 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 where necessary. 2.2. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) per Task 8. 2.3. Utility Clearance ENGINEER will develop the design of CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. Where conflicts cannot be avoided, coordination of Utility Conflicts will begin at the Conceptual Design phase. In the case of a public utility conflict, the ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. In the case of a private Utility Conflict, the ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 6 of 30 Attachment A Revision Date: 05.23.2024 Page 6 of 30 conflicts to be included in a Utility Clearance Letter for coordination. The ENGINEER may need to coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility’s location. The ENGINEER shall upload a PDF file of the CITY- approved conceptual plan set to the designated project folder in the City’s document management system (eBuilder) for forwarding to all utility companies which have facilities within the limits of the project. The PDF file should be created directly from the CAD files. 2.4. Engineering Design Report To ensure adherence to project scope, that the design approach is in line with project objectives, and to obtain concurrence on the development of the conceptual layout, ENGINEER shall prepare and submit a design report in the format provided by the CITY prior to developing conceptual plans. The CITY shall review and provide feedback on the report prior to ENGINEER starting the conceptual design. 2.5 The Conceptual Design Package shall consist of the following: Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. Quantity Summary page and each design sheet shall include a quantity take off table. Traffic Engineering study corridor analysis study or alignment/feasibility study to support the recommended design alternative. Intersection Control Evaluation Report (ICE) may be required if applicable. Conceptual Design Report (Arterials) in the format provided by the CITY Conceptual iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table Traffic Count Data: eBuilder. See Data Collection above. Existing typical sections of the roadway to be constructed along with proposed typical sections which outline the proposed improvements. Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs, sidewalks, and retaining walls. Conceptual plan and profile sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, city owned and franchise utilities, and existing roadway vertical alignments (profiles). Documentation of key design decisions. Estimates of probable construction cost. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 7 of 30 Attachment A Revision Date: 05.23.2024 Page 7 of 30 ASSUMPTIONS All stormwater calculations and design shall conform to the CITY's current iSWM Criteria Manual for Site Development and Construction. Two (2) sets of 11”x17” size plans will be delivered for the 30% design. PDF files created from design CAD drawings will be uploaded to the designated project folder in the City’s document management system (eBuilder). ENGINEER will not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Report B. Traffic Count Data C. Traffic Engineering Study D. Conceptual Drainage Checklist E. Conceptual Design Package F. ROW and Easement needs (M&B) G. Utility Conflict Plan PDF and Utility Conflict Table On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 8 of 30 Attachment A Revision Date: 05.23.2024 Page 8 of 30 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. The Preliminary Design Drawings and Specifications shall consist of the following: Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. Utility Conflict Matrix Preliminary iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. Traffic Control Plan including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally, on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8” Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). Updated existing and proposed typical section sheets. Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.’s, P.T.’s, P.I.’s; station and elevation data of all vertical profile P.C.’s, P.T.’s, P.I.’s, low points, and high points; lengths of vertical curves, grades, K values, e, and vertical clearances where required. No less than two benchmarks per plan/profile sheet. Bearings given on all proposed centerlines, or baselines. Station equations relating utilities to paving, when appropriate. Overall project easement layout sheet(s). Intersection layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and existing and proposed contours (0.25’ intervals) Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, pavement, streetlights, traffic signals, and all applicable utility details. Preliminary signing, pavement marking, illumination, and signal layouts. On-Call Engineering Services Various City Project Numbers On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 9 of 30 Attachment A Revision Date: 05.23.2024 Page 9 of 30 ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of- way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Other frequencies as required by iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the CITY’s current iSWM Criteria Manual for Site Development and Construction. All locations in the project area where 100-year runoff exceeds available storm drain and right-of-way capacities shall be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. Storm drain layout sheets showing location and size of all inlets, manholes, junction boxes, culverts and piping to include storm drain profiles showing existing and proposed flow lines, flows, lengths and slopes of pipe, top of ground profile over pipe and connections to existing or proposed storm sewer systems. Documentation of key design decisions. Estimates of probable construction cost (OPCC). This estimate shall use standard CITY or TxDOT bid items, as applicable. 3.2. Geotechnical Investigation/Pavement Design Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor’s use in determining soil conditions for preparing bids and a Trench Safety Plan. The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2015. The study shall include recommendations regarding utility trenching and identify existing groundwater elevation at each boring. 3.3. Constructability Review Prior or posterior 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. Community Meeting After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER will prepare project exhibits, assist the project manager in preparing a presentation of the most appropriate format (most usually in PowerPoint), and attend one (1) community meeting to help explain the proposed project to residents. The On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 10 of 30 Attachment A Revision Date: 05.23.2024 Page 10 of 30 CITY shall select a suitable location, time and date. The Engineer needs to coordinate with the City’s project manager to format the mailing list of all affected property owners. 3.5. 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, and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and, where known and possible, consider potential future utilities in designs. Where conflicts cannot be avoided, coordination of Utility Conflicts will be identified at the Conceptual phase and begin at the Preliminary Design phase. In the case of a private Utility Conflict, the ENGINEER shall upload a set of plans in PDF format with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts in the City’s document management system (eBuilder). The PDF file should be created directly from the CAD files. At each design milestone, the City PM will issue a Utility Clearance Letter to be accompanied by said plans and table to all utility companies which have facilities within the limits of the project for coordination The ENGINEER may need to coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility’s location. ENGINEER to obtain utility As-built plans and/or do field visits to confirm relocation is complete and that the utility has been relocated in accordance with the plans and the project needs, report any discrepancies found, and provide documentation to support findings. ENGINEER to upload all utility As-built plans in the City’s document management system (eBuilder) 3.6 Meeting minutes ASSUMPTIONS Two (2) sets of 11”x17” size plans will be delivered for the 60% design for review coordination. One (1) set of the Project Manual (Contract and Specifications) will be delivered for the 60% design. The following shall be uploaded to the designated project folder in the City’s document management system (eBuilder): Single PDF file created from design CAD drawings. The Project Manual (Contract and Specifications) All other submitted documents and checklists On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 11 of 30 Attachment A Revision Date: 05.23.2024 Page 11 of 30 The CITY’s front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. X (X) Public Meeting is assumed (to be determined in each task order) 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 including QC/QA documentation B. Utility Conflict Coordination Package C. Geotechnical Report D. Opinion of probable construction cost (OPCC) E. Community Meeting exhibits On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 12 of 30 Attachment A Revision Date: 05.23.2024 Page 12 of 30 TASK 4. FINAL DESIGN (90% AND 100%) 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 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 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) set 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 files will be uploaded to the project folder in the City’s document management system (eBuilder). 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. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 13 of 30 Attachment A Revision Date: 05.23.2024 Page 13 of 30 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. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 14 of 30 Attachment A Revision Date: 05.23.2024 Page 14 of 30 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 the 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. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 15 of 30 Attachment A Revision Date: 05.23.2024 Page 15 of 30 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) On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 16 of 30 Attachment A Revision Date: 05.23.2024 Page 16 of 30 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 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 the preparation of the 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. 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 the accuracy of the data provided by the contractor and conformance with requirements. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 17 of 30 Attachment A Revision Date: 05.23.2024 Page 17 of 30 o Red-Line Markups from the Contractor o Red-Line Markups from City Inspector 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. Singular 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 On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 18 of 30 Attachment A Revision Date: 05.23.2024 Page 18 of 30 appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS XXX (X) Pre-Construction Community Meeting is assumed (to be determined in each task order). XXX (X) site visits are assumed (to be determined in each task order). XXX (X) submittal reviews are assumed (to be determined in each task order). XXX (X) RFI’s are assumed (to be determined in each task order). XXX (X) Change Orders are assumed (to be determined in each task order). 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 On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 19 of 30 Attachment A Revision Date: 05.23.2024 Page 19 of 30 TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY’s Project Manager. 7.1. Right-of-Way Research The ENGINEER shall determine rights-of-way and easement 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 prepare a ROW and Easement parcel reference map showing and designating all land interests for project. The map shall be revised as necessary throughout the land acquisition process. The documentation shall be provided in conformance with the checklists and templates available on the City’s document management system (eBuilder) Project Resources folder. When required, ENGINEER shall provide a Schedule B Analysis in conformance with Real Estate requirements. 7.3. Right-of-Way/Easement Acquisition Services. The ENGINEER shall procure appraisal services by licensed appraisers for all land interests in the project. The ENGINEER shall issue offer letters to property owners and negotiate land rights costs. All work shall be conducted in coordination with the City’s project manager, and the City’s Property Management Department, and in conformance with the Texas Property Code Chapter 21 Eminent Domain guidelines to allow the City to exercise eminent domain should it be necessary. Should the City decide to proceed with eminent domain, the ENGINEER will provide all documentation to support the legal process, provide any additional support, and may be required to be an expert witness at the Land Commissioner’s Hearing. 7.4. Temporary Right of Entry Preparation and Submittal Prior to construction, the ENGINEER should coordinate with the City project manager to identify all needed Temporary Right of Entries from landowners. It is assumed that letters will only be required for landowners adjacent to construction or who are directly affected by the project and no easement is required to enter their property. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 20 of 30 Attachment A Revision Date: 05.23.2024 Page 20 of 30 The documentation shall be provided in conformance with the checklists and templates available on the City’s document management system (eBuilder) Project Resources folder. ASSUMPTIONS To be determined in each task order. Right-of-way research consists of the 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 the chain of title research, parent track research, additional research for easements not included in the TAD records, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. General requirements: Contact name and mailing address for the landowner Title policy for each permanent easement Title search through a search company (i.e. Hollerbach or TDI) verifying ownership for each TCE Engagement and provision of an appraisal for each take from a Texas- registered appraisal firm. Signed and notarized easements with exhibits. Copy of offer letter indication agreed-upon compensation Entity research including providing signing authority verification for a corporate landowner Contact log of communication with the landowner Signed W 9 from landowner Eminent Domain requirements: Critical for an eminent domain proceeding is as follows and shall be the responsibility of the acquisition agent: Appraisal of the take less than 1 year old Initial offer and final offer letters (IOL 30-day period, FOL 14-day period) Proof of the provision of Texas Landowners Bill of Rights to the landowner in both offer letters (City Fort Worth sends offer letters via registered mail) Title work identifying any other entities on the property that need to be served as part of eminent domain proceedings. (Schedule B analysis of Title Commitment) On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 21 of 30 Attachment A Revision Date: 05.23.2024 Page 21 of 30 Contact log of all contact and negotiations with landowner and/or their representative. DELIVERABLES A. XXX (X) Easement exhibits and meets and bounds provided on CITY forms (to be determined in each task order). B. ROW and Easement parcel map C. XXX (X) Temporary Right of Entry cover letters (to be determined in each task order). D. XXX (X) Temporary Right of Entry documents (to be determined in each task order). E. If applicable, Eminent Domain support documents On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 22 of 30 Attachment A Revision Date: 05.23.2024 Page 22 of 30 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 the 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, and 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 slopes to fit intersecting grade lines. Right-of-way research includes a 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 tied to available on-ground property information (i.e. iron rods, fences, stakes, etc.). The minimum survey information to be provided on the plans shall include the following: A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: The following information about each Control Point; a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8” Iron Rod) b. X, Y, and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinates 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 the radius at the Southeast corner of North Side Drive and North Main Street). Coordinates on all P.C.’s, P.T.’s, P.I.’s, Manholes, Valves, etc., in the same coordinate system, as the Control. No less than two horizontal benchmarks, 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 The documentation shall be provided in conformance with the checklists and templates available in the City’s document management system resources folder. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 23 of 30 Attachment A Revision Date: 05.23.2024 Page 23 of 30 8.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level D, C, B, and A, as described below. The SUE shall be performed in accordance with CI/ASCE 38-02. Quality Level D Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. Collect applicable records (e.g., utility owner base maps, “as built” or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate utility type and ownership; date of depiction; quality level(s); endpoints of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 24 of 30 Attachment A Revision Date: 05.23.2024 Page 24 of 30 Level B (includes tasks as described for Quality Level C) Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. Resolve differences between designated utilities and utility records and surveyed appurtenances. Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. As an alternative to the physical marking of lines, the ENGINEER may, with CITY’s approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project’s survey control. Level A Expose and locate utilities at specific locations where conflicts may occur. Tie horizontal and vertical location of utility to survey control. Provide utility size and configuration. Provide paving thickness and type, where applicable. Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. ASSUMPTIONS Up to XXX (X) Level A test holes are included (to be determined in each task order). Level A test hole information to be provided: 1. Before design, to supplement the design survey. 2. Before construction, at critical locations, to confirm franchise utility conflict has been cleared. DELIVERABLES A. Drawing of the project layout with dimensions and coordinate list. B. SUE plan drawings sealed by a professional engineer registered in the State of Texas. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 25 of 30 Attachment A Revision Date: 05.23.2024 Page 25 of 30 TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any agreements and/or permits normally required for a project of this size and type, as follows: 9.1. Texas Department of Transportation (TxDOT) Permit Meet, negotiate, and coordinate to obtain approval of the agency issuing the agreement and/or permits. Completing all forms/applications necessary. Submitting forms/applications for CITY and TxDOT review Submitting revised forms for agency review Responding to agency comments and requests 9.2. Railroad Permit Meet, negotiate, and coordinate to obtain approval of the agency issuing the agreement and/or permits. Completing all forms/applications necessary. Submitting forms/applications for CITY review Submitting revised forms for agency review Responding to agency comments and requests 9.3. Texas Department of Licensing and Regulation (TDLR) Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. ENGINEER is responsible for providing plans that comply with TDLR requirements. Submit construction documents to the TDLR. Completing all TDLR forms/applications necessary. Obtain the Notice of Substantial Compliance from the TDLR. Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. Responding to agency comments and requests. All costs associated with TDLR plan review and inspections are to be paid by the ENGINEER during the project. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 26 of 30 Attachment A Revision Date: 05.23.2024 Page 26 of 30 9.4. Storm Water Pollution Prevention Plan 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. 9.5. Environmental Services [provide a detailed scope if US Army Corp of Engineers Section 404 Nationwide Permit or individual permit is required] Negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits. Completing all forms/applications necessary. Submitting forms/applications for CITY review Submitting revised forms for agency review Responding to agency comments and requests 9.6. Floodplain Services Meet, negotiate, and coordinate to obtain approval of the agency issuing the agreement and/or permits. Completing all forms/applications necessary. Submitting forms/applications for CITY review Submitting revised forms for agency review Responding to agency comments and requests 9.7. Tree Removal Permit ENGINEER shall coordinate with the City Forester in the Park and Recreation Department (PARD), submit and obtain approval of a Tree Removal Permit when required. Respond to department comments and requests for additional information. ASSUMPTIONS Permit preparation will begin after approval of the Conceptual Design. XXX (XXX) meetings are assumed with _____ for the _____ permit (to be determined in each task order). DELIVERABLES A. Copies of Permit Applications B. Copies of Approved Permits On-Call Engineering Services Various City Project Numbers On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 27 of 30 Attachment A Revision Date: 05.23.2024 Page 27 of 30 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 On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 28 of 30 Attachment A Revision Date: 05.23.2024 Page 28 of 30 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. 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 before 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 Comment Resolution Log Summary of the QC effort findings On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 29 of 30 Attachment A Revision Date: 05.23.2024 Page 29 of 30 TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Attachment “A” Type Traffic Signal (Submit All @ 30%) Storm Water 30% Storm Water 60% Street Lights (Submit All @ 30% Water /Sewer (Submit All @ 60%) Traffic Engineering (Submit All @ 60%) Traffic Control 30% Traffic Control 60% Traffic Control 90% Required for all work in City 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 the street project On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Page 30 of 30 Attachment A Revision Date: 05.23.2024 Page 30 of 30 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services – CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY’s written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: Negotiation of easements or property acquisition, unless included as part of Section 7. Services related to disputes over pre-qualification, bid protests, bid rejection, and re- bidding of the construction contract. 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. On-Call Engineering Services Various City Project Numbers ATTACHMENT B COMPENSATION City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 4 B-1 Design Services for On-Call Engineering Services Various City Project Numbers Time and Materials with Rate Schedule Project I. 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: i.Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER’s team member performing the work. Labor Category 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 Years Experience Year 1 Rate ($/hour) Year 2 Rate ($/hour) Senior Project Manager / Project Director 15+ $304 $320 Senior Professional / Senior Project Engineer 10+ $284 $299 Project Manager 5+ $244 $257 Professional / Project Engineer 5+ $209 $220 Analyst III / EIT III 3+ $179 $188 Analyst II / EIT II 2+ $169 $178 Analyst I / EIT I 1+ $164 $173 Administrative 1+ $115 $121 Intern 0+ $95 $100 Labor rates shall be increased by 5% on each annual anniversary of the effective date of this Agreement. ii.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. iii.Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). On-Call Engineering Services Various City Project Numbers ATTACHMENT B COMPENSATION City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 2 of 4 B-2 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. II. 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. On-Call Engineering Services Various City Project Numbers ATTACHMENT B COMPENSATION City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 4 B-3 IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Kimley-Horn and Associates, Inc. Project Management, Engineering Services $180,700.00 86.0% Proposed MWBE Sub-Consultants GRAM Traffic North Texas Traffic Counts $1,300.00 0.6% Alliance Geotechnical Group, Inc. Geotechnical Engineering Services $2,000.00 1.0% The Rios Group, Inc. Subsurface Utility Engineering, Public Relations $2,000.00 1.0% Yellow Rose Mapping LLC Topographic survey, Subsurface Utility Engineering $22,000.00 10.4% Non-MWBE Consultants Spooner and Associates, Inc. Topographic survey $2,000.00 1.0% TOTAL $210,000.00 100% Project Number & Name Total Fee MWBE Fee MWBE % On-Call Engineering Services Various City Project Numbers $210,000.00 $27,300.00 13% City MWBE Goal = 12.9% Consultant Committed Goal = 13% On-Call Engineering Services Various City Project Numbers EXHIBIT “B-1” ENGINEER INVOICE (Supplement to Attachment B) City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 4 of 4 B-4 Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. On-Call Engineering Services Various City Project Numbers � � � � � � N U .> N � V C •O •� _ � � � N � :� I O % � tc � � > � � C O � . N � � �i �.% o O �O a L L �' aa� N c O U N C W c N � v � G! � E 3 Z N � � U d � 0 v U O C � T 9 9 a � 3 N N m Y N N O U �. �� R Q > w � N Yd °1 'o E a o c U yN , 'd 3 U � 0 II C � 3 m T � C y� W � L � U � � U N Q C N C O _ E Y C R Z T C R a � 0 U N N � N � r � O O O �� 9 o � � s� L '� 7 N _ � � V � � a � O C `ry � � L U m U O � h m m N N N 'a N � � Q O � � L ' a � U � X mOH�i � � m H N m � � rn m � a N N N � � Q .� m � # � � V 7 LL H a°>���� N = � m m � 0 0 0 ��_��„ .Q.Q���� aa>,� � o 7 7 (6 N N � mmamm5 0 � O C O1 0 .0 V o c o .� � � E a am � C � N V � O 7 � U � �� c°�i � 'o ' � o c > _ y w'a` � C � c a� � :: c �� � � � Q U O � O � O � o � = G7 � o i � 0 � aa C a, � o � 3 0 O o � E � Ea� a o O � GI � O �3 � p O a E � Qa C O w .` V N N � N � Y O � � � R ❑ � � 0 � N M R N 1p v v v w v a .r N � � � r � � G: Y Y Y Y Y Y S O O O O O O � 333333 0 O 0 0 0 O O O 0 M O a 0 0 N 0 O 0 � N C� .; C y 's H y ia O H c N IQ^ V/ � � R w � � V N a R � i O �� v� �� �s > � si 7 a� Z � � O� U G � � . Sa p � z� C � .� � s +� � .� G] U � � � a r6 O U fl I �+ G N O � rn m i N .` a v t 0 U VI > d c '� •3 ; o � T T a �a o �6 N q a` A 9 N d rJ u �� m �m c y m y � o N V 6 a U m d � C > � U � y i> GI v N a a •` °' E a c c 9 O 3 V L � u � • o � a ; u � V N ` d � a � � w � c C � � � o „ d p1 T � a � y w a _ t c N li � U � � U .� N � O7 C N N V C •0 �7 i � cw N (6 � U N C � � � � O •N N •� @ d � � O %❑ (�o � � U .. .. C � � � O �o � 30 .N V �^ T ? v�i N N �H a R � O O a � N u L L r O 0,+_T+ 7 a a��LL�a d � m 0 a � � _ N � Y G1 � R Z T C R C E � � O r X H t > LL O E °� o = u rn E � O .� L '- N = E � � � � � T N o�� C d h N L � U �'�i so� � ro � W W N 'O N 'a C Q O � � L . Q R V d X NO F LL a a 0 0 i � Q Q � � 0 0 (n [n # r � V 7 LL F � �o s ui ai a > d ;3 N C� � � R � `ma�a�my a�aE�"� aa>,��Z�o 7 7 R N N� rnmamrn5 0 01 0 C N o � c o N R � N m d' C d N :� i ; 7 C U — � a� N u � � o c > _ � u> a` c« y C U d N y a � +�+ C Q d 7 � a o � E E c°� a y O c o � o E � d � ° � � Q a ❑ � 0 c � d O C C O � = o �p 0 0 � a � a C G1 � �a � E ` a� � � Z a O 0 c � N C o 7 0 � E "' L aa d � � w m U O O .J N O N N r m � o a � 0 0 0 0 0 0 0 0 0 O O 0 N � 0 0 0 rn C � N � N R O � i.i _ d Q N d � r _ d � a i i O �� �� �� .� � �� ii 7 N Z � a� Cn U C N ,i -r� ii o � sa N W .1 7. � � C -.1 W U � � � 7 N O U -.1 I � C r0 O � �� �� U N �ti � � k � a �z � � � u c � .,� .� s, o � s� a� a, c .+ a � +� C �+ W U � � � 7 N O U � I Sa C �0 O � M V N � O O � � d L LL � ` E ui� � o R 2 ��Up c°1i Z � d �Z N « d a N u � � o N '� � d V E 0 `o d E � � 0 E � a o K � 0 0 � � v a� m m, � � �E v y � ia � .� i i d d Q Q > > n � � Z d � `m d w m O U a 'o a O GI E 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 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v, v, v, v, v, v, v, v, v, v, v, v, v, v, c 7 0 E Q O O O � 0 0 0 � J R O H O � O � o� �„ m U � � � �� o� � o 3 s �� � 0 0 u a Rr .. � C � O.. c1 � � U 7 tq a 0 m 0 � � N N C a, a x w 0 � R O Z O O O � R O H O O O V� w U O � Z � S � w � ❑ J H O H City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page 1 of 1 ATTACHMENT “C” CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for On-Call Engineering Services Various City Project Numbers No changes to the Standard Agreement. On-Call Engineering Services Various City Project Numbers City of Fort Worth, Texas Attachment D Revision Date: 07.20.2018 Page 1 of 1 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. On-Call Engineering Services Various City Project Numbers 1 3 Rev. 5.04.21 On-Call Engineering Services Various City Project Numbers 2 3 Rev. 5.04.21 On-Call Engineering Services Various City Project Numbers 3 3 Rev. 5.04.21 On-Call Engineering Services Various City Project Numbers SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. N / A SUBR WVD ADDL INSD AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY (Mandatory in NH) LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB COMMERCIAL GENERAL LIABILITY CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD On-Call Engineering Services Various City Project Numbers GL5268169 On-Call Engineering Services Various City Project Numbers On-Call Engineering Services Various City Project Numbers GL5268169 On-Call Engineering Services Various City Project Numbers Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE:On-Call Engineering Services - Amendment #1 M&C: 25-0426 CPN: Various CSO: 62435 DOC#: Date: To: Name Department Initials Date Out 1. Fanta Kaba, Project Manager TPW 2.Scott Arnold, Consultant Consultant 3. Leonel Rios TPW 4. 5. 6. Jesica McEachern 7 Doug Black Legal 8 9 Jannette Goodall CSO 10. TPW Contracts TPW 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, will review and take the next steps. NEEDS TO BE NOTARIZED: YES No RUSH:YES No SAME DAY:YES No NEXT DAY:YES No ROUTING TO CSO: YES No Action Required: Attach Signature, Initial and Notary Tabs As Requested For Your Information Signature/Routing and or Recording Comment File Return To: Please notify TPWContracts@fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! 04/01/2024 On-Call Engineering Services Various City Project Numbers c�ty of Fo�t wortn, Mayor and Texas Council Communication DATE: 05/13/25 M&C FILE NUMBER: M&C 25-0426 LOG NAME: 202023 RFQ ON-CALL ENGINEERING SERVICES SUBJECT (ALL) Authorize Execution of Contracts for On-Call Engineering Services with Dunaway Associates, LLC. and Freese and Nichols Inc., Each in an Amount Up to $300,000.00 with One Renewal and Authorize Execution of Amendment No. 1, in an Amount Up to $210,000.00, to the Contract for On-Call Engineering Services with Kimley-Horn and Associates, Inc., for a Revised Contract Amount of $300,000.00 with One Renewal RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a contract for on-call engineering services with Dunaway Associates, LLC., in an amount up to $300,000.00 with one renewal; 2. Authorize the execution of a contract for on-call engineering services with Freese and Nichols, Inc., in an amount up to $300,000.00 with one renewal; and 3. Authorize Amendment No. 1, in an amount up to $210,000.00, to City Secretary Contract No. 62435, with Kimley-Horn and Associates, Inc., for on-call engineering services for a revised contract amount of $300,000.00 with one renewal. DISCUSSION: The Transportation and Public Works Department solicited firms to provide on-call engineering services as a supplement to City staff in order to accommodate peak periods in engineering service requests. A Request for Qualifications (RFQ) was published for these services in July 2023. The Department received Statements of Qualifications (SOQ) for professional services from 9 firms to provide on-call engineering services. Each firm was evaluated based upon pre-established selection criteria, including experience, response, and performance qualification. An inter- departmental committee selected the most qualified firms and recommended the following for contract approval: Dunaway Associates, LLC., Freese and Nichols, Inc., and Kimley-Horn and Associates, Inc. The on-call engineering services will be funded through various project funding sources, including the City Bond Program. These on-call contracts will serve current and future capital projects as needed when solutions need to be achieved quickly. Transportation and Public Works Contract Compliance Managers will verify funds availability prior to each assignment. The term of each contract is pegged to the expenditure of the funds, and each contract may have one renewal. The contract amounts are as follows: IFirm II Contract Amount I Dunaway Associates, LLC. $300,000.00 Freese and Nichols, Inc. $300,000.00 Kimley-Horn and Associates, Inc. $300,000.00 DVIN/Business Equity — The Business Equity Division placed a 12.90% business equity goal on this solicitation/contract. Dunaway Associates, LLC., will be exceeding the goal at 13%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. DVIN/Business Equity — The Business Equity Division placed a 12.90% business equity goal on this solicitation/contract. Freese and Nichols, Inc., will be exceeding the goal at 13.33%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. DVIN/Business Equity — The Business Equity Division placed a 12.90% business equity goal on this solicitation/contract. Kimley-Horn and Associates, Inc., will be exceeding the goal at 13%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. This is for ALL COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budgets, as previously appropriated, in the various capital improvement program funds to support the approval of the recommendation and execution of the contracts. Prior to an expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office bk Jesica McEachern 5804 Originating Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Monty Hall 8662