Loading...
HomeMy WebLinkAboutContract 39644ITY CON RACTENO �]q� �_q.. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas (the "CITY"), and Freese and Nichols, Inc., (the "ENGINEER"), for a PROJECT generally described as: Trinity River Vision Central City — Final Design of Henderson Street and North Main Street Bridges and 30% Design of White Settlement Bridge — City Project No. 00144. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 1 of 15 OFFICIAL RECORD CITY :SECRETARY FT. WORTH, TX good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 2 of 15 D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 3 of 15 current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 4 of 15 enterprises in City contracts. Engineer acknowledges the MNVBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 5 of 15 The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non -owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non -owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employee's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professional liability, a claims -made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 6 of 15 the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first -dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 7 of 15 to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims -made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims -made. k. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 8 of 15 O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City -Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 9 of 15 D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third -Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection City of Fort Worth. Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 10 of 15 with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third -party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 11 of 15 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 12 of 15 work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the ' PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 13 of 15 J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 14 of 15 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B - Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map r - Executed this thoy-1 day of � , 2009. ATTEST: Marty HendAx cl�i� City Secretary Pah; APPROVED AS TO FORM AND L 411""�' Amy Ramsey Assistant City Attorney ATTEST: ENOM&#,-, 'iWQ)UIRED City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 15 of 15 CITY OF FORT a��ci jai uv vvJlA o gkssistant City Manager APPROVAL RECOMMENDED: William A. Verkest, P. . Director, Transportation and Public Works Department FREESE AND NICHOLS, INC. Robert F. Pence, P.E., BCEE President and CEO OFFICIAL RECORD CITY SECRETARY WORTH, TX CHECKLIST OF ATTACHMENTS AND EXHIBITS Trinity River Vision Central City Final Design of the Henderson Street and North Main Street Bridges and 30% Design of White Settlement Bridge City Project No. 00144 The Standard Engineering Contract document and Attachment A (General Scope of Services) shall be provided by the City. Document Check if included Checklist This sheet Contract Standard Engineering Contract Document (Provided by City) Attachment A General Scope of Services (Provided by City) (Supplements to Attachment A) Exhibit A-2 Design Services: Paving and/or Drainage Improvements Exhibit A-3 Henderson Street Schematic Plan Exhibit A-4 North Main Street Schematic Plan Exhibit A-5 White Settlement Street Schematic Plan Attachment B Compensation and Payment Schedule (Supplements to Attachment B) Exhibit B-1 Method of Payment Exhibit B-2 Labor Multiplier Schedules Exhibit B -3A Summary of Fees by Basic and Extra Services Exhibit B-313 Summary of Fees by Team Members Exhibit B-4 Design Phase Fee Breakdown Exhibit B-5 Construction Phase Fee Breakdown Attachment C Not Used Attachment D Project Schedule Attachment E Location Map ATTACHMENT "A" Scope for Engineering Design Related Services for Street 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. The scope is completely described in Exhibit "A-2". ATTACHMENT W TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 10-29-09) PAGE 1 OF 1 EXHIBIT "A-2" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for paving and/or storm drain improvements for the following: Trinity River Vision Central City Final Design of the Henderson Street and North Main Street Bridges and 30% Design of White Settlement Bridge City Project No. 00144 General The Trinity River Vision Central City (Trinity Uptown) project contains three bridges that will cross the proposed bypass channel: North Main Street, Henderson Street, and White Settlement Road. These three bridges have schematic designs already prepared by an earlier design contract with another firm. This project will have the following phases: • Phase 1, the preliminary design and 30% design of Henderson Street bridge. • Phase 2, final design of the Henderson Street bridge. • Phase 3, final design of North Main Street bridge. • Phase 4, 30% level design of the White Settlement Road bridge. • Phase 5, construction phase for the Henderson Street bridge. The type of bridge selected by the CITY during the Phase 1 significantly affects the remaining Scope of Services. For this Scope of Services, we are assuming a bridge type that corresponds with the CITY's current construction budget of $53,555,146 for the three bridges (including the approaches, railroad bridges, lighting, etc., as well as escalation costs) broken down approximately as follows: • Henderson Street: $18,891,349 • North Main: $14,942,933 EA2-1 Rev 11/12/09 • White Settlement: $19,720,864 The bridge type assumed to be within this budget is as follows: 1) For the railroad bridge, a conventional precast prestressed beam structure, but with some aesthetic enhancements to match the channel bridge, costing approximately $70/sf; 2) For the channel bridge, an "enhanced" bridge consisting of precast concrete spliced -girder beams and special aesthetic detailing costing approximately $157/sf, or a similar bridge with an estimated construction cost at or below the CITY's current construction budget. Spliced -girder beams consist of conventional precast concrete beam shapes, slightly modified for greater depths where required, and splices between beam segments with post -tensioning to achieve a continuous beam over the columns that are capable of greater spans than conventional precast beam structures. The following items are not a part of this scope of services: 1. If another bridge type is selected by the CITY during Phase 1, additional scope and fee may be necessary. Bridge types that could possibly require additional scope and fee include steel or concrete arch bridges, cable -stayed bridges, rigid frame bridges, precast concrete segmental bridges, or suspension bridges. 2. Construction phase services for the North Main bridge. 3. Final design of the White Settlement bridge. 4. Design of channel slope protection, walkways along the channel, the channel itself, ground protection under the bridge (such as articulating concrete blocks or concrete riprap), scour analysis, temporary drainage from the excavation below the bridge, or other similar work related to the channel. 5. Specialty electrical lighting beyond typical street lighting and area lighting for pedestrians under the bridge. Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: Phase 1: Preliminary Design and 30% Henderson St Design The purpose of Phase 1, the preliminary design and 30% Henderson Street bridge design phase, is to first develop a preliminary design (and opinion of probable construction cost) for the Henderson Street bridge that would also be similar for the other two bridges, and then to develop the Henderson Street design to a 30% level. The design team will evaluate multiple bridge types for Henderson Street, and present the CITY with sketches, layouts, and opinions of costs for various bridge design options. EA2-2 Rev 11/12/09 A. PRELIMINARY DESIGN OF HENDERSON STREET BRIDGE 1. The ENGINEER shall submit a project schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. 2. Obtain existing data, including survey, geotechnical investigation reports, drawings, and hydraulic data. Review all pertinent project data assembled. In addition to data obtained from the City, ENGINEER will research and make efforts to obtain pertinent information to aid in 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, City Master plans, CITY drainage complaint files, existing applicable drainage studies and property ownership as available from the Tax Assessor's office. 3. Conduct and document a project kick-off meeting with City core project team. The ENGINEER shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the plans and specifications which are to be developed hereunder by the ENGINEER will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 4. Conduct up to four two-hour initial meetings over a maximum two-day time frame with stakeholders designated by the CITY to gather input in order to develop bridge options. Stakeholders may include the CITY, Trinity River Vision Authority (TRVA), Tarrant Regional Water District (TRWD), Streams and Valleys, Inc.(S+V), TxDOT, Arts Council of Fort Worth, and other design consultants associated with the Trinity River Vision. Meetings will be held individually or with groups of stakeholders and minutes will be recorded. ENGINEER will schedule and lead all meetings. 5. One member of the FNI design team shall attend up to 18 biweekly meetings with the CITY and the TRVA during this phase. EA2-3 Rev 11/12/09 6. Coordination with Other Agencies: During the preliminary evaluation phase the ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the preliminary plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. 7. Evaluate bridge aesthetics, roadway, and structural aspects affecting design. Each of these aspects will be addressed in the development and illustration of designs. 8. Determine other survey, geotechnical, and traffic data required. 9. Coordinate with the public artist to identify opportunities to incorporate public art into the bridge design. 10. Environmental: Review the current Categorical Exclusion environmental document, and meet with TxDOT to discuss and determine a scope of work, if any, for completing the environmental review. It is our understanding that the current environmental document is anticipated to be acceptable to TxDOT without further modification, and that no additional environmental work is anticipated as a part of this Scope of Services. Therefore, no other environmental services are included in this Scope of Services. 11. Prepare multiple rough design options for the Henderson Street bridge based on project goals, initial CITY and stakeholder input, and technical opportunities and constraints. The design options will address the bridge spans, abutments, and pertinent roadway approaches. The illustrations will include two-dimensional sketches of bridge profiles and cross-sections, but not three-dimensional renderings or animations. The design options will only be for "enhanced" bridges EA2-4 Rev 11/12/09 costing approximately $157/sf, and will only be for Henderson Street bridge, with the understanding that White Settlement and North Main bridges would be similar. 12. ENGINEER shall prepare a study of bridge and retaining wall costs to evaluate the most cost effective combination of embankment, retaining walls and bridges on the project. This information shall be considered in finalizing bridge lengths, although it is possible that factors other than cost may be used in establishing final bridge lengths and retaining wall limits. 13. Landscape Architecture: No landscape architecture design will be included in this phase with the exception of the development of the hardscape ramp elements adjacent to the abutments. A cost allowance, based on the previous landscape architecture costs already developed prior to this contract, will be included in the cost estimate. 14. Hydraulic evaluation: i. Complete a hydraulic analysis based on preliminary designs for each of the three bridges (North Main Street, Henderson Street, and White Settlement Road; three total bridge designs) to determine the hydraulic impact of the bridges with water surface elevation and velocity results for the 10-, 25-, 50-, 100-, 500 -year and SPF flood events. ii. Complete a hydraulic analysis of two additional modifications/refinements for each bridge design for each of the three bridge locations (six total additional modifications/refinements). Provide additional summaries of hydraulic impacts including water surface elevations, velocities, and valley storage impacts for the 10-, 25-, 50-, 100-, 500 -year and SPF events. iii. Submit the results of the hydraulic analyses for the bridge design for each of the three bridge locations to the USACE along with a written summary of the hydraulic impacts at each of the three bridges. Attend a two-hour meeting to brief USACE and discuss. Document the USACE's comments related to the design upon receipt. EA2-5 Rev 11/12/09 iv. Based on USACE comments and results of preliminary hydraulic analyses, further modify the bridge design for each of the three locations. v. Once bridge designs are finalized, complete final hydraulic analysis of proposed bridges, including final technical memorandum documenting the design process with hydraulic model results for the 2-, 5-, 10-, 25-, 50-, 100-, 500 -year and SPF events. vi. Submit final HEC -RAS model with technical memorandum to USACE for review, concurrent with final bridge plan submission. vii. Within one week of receiving USACE comments described above, address comments and provide final comment response. 15. Electrical: No electrical design will be included in this phase. A cost allowance, based on the previous illumination costs already developed prior to this contract, will be included in the cost estimate. 16. Geotechnical Investigation/Pavement Design: An existing geotechnical study has already been prepared and will be provided to the ENGINEER by the CITY. A supplemental study shall be prepared by the ENGINEER to include the following: i. The additional study will include engineering studies only. No additional borings or geotechnical testing is included. ii. Pavement design per TxDOT requirements for 700' to 800' pavement lengths along Henderson on each side of proposed bridge plus 3 short intersecting streets along these lengths. iii. Pavement design per TxDOT requirements for 400' to 1,000' pavement lengths along North Main on each side of proposed bridge plus 3 short intersecting streets along these lengths. iv. Active earth pressures behind pier supported abutment retaining walls that are to be used as flood walls and subject to rapid draw down conditions. v. Groundwater hydrology studies based on elevated water levels within the channel followed by rapid draw down within the channel. EA2-6 Rev 11/12/09 vi. Recommendations for backfilling flood walls to allow for drainage behind the flood walls. vii. L -Pile analyses for piers supporting the MSE walls. 17. Prepare order -of -magnitude opinion of probable construction cost for each design option. Costs shall cover all three bridges. Since only the Henderson Street bridge will be preliminarily designed during this phase, the opinion of probable construction costs will be based on the costs for Henderson Street, and extrapolated to the other two bridges based on square foot costs with an appropriate contingency factor. 18. Conduct and document up to three informal 2 -hour review meetings with CITY core team at FNI offices to review the initial design concepts and probable costs. At the conclusion of these meetings, one bridge option will be selected for further refinement. 19. Further refine the single bridge option chosen by the CITY core team. Develop a 3D rendering of the bridge at Henderson Street only. Develop 2D elevation sketches of the bridges at North Main and White Settlement. Prepare a presentation of the chosen design for use at the Citizen Advisory Committee stakeholder collaboration workshop. 20. Conduct and document a 2 -hour Citizen Advisory Committee (CAC) stakeholder collaboration workshop to briefly review the initial design concepts considered by the CITY core team, and then present for comments the final bridge option already selected, together with an opinion of the probable construction costs. The goal of the workshop will be to provide information to the CAC and receive minor comments on the design. 21. Coordinate open -house public meetings to be held over a two-week period, primarily at lunchtime and evening hours (total of 12 two-hour meetings). Specifically: i. Develop a mailing list of people and organizations to notify about the meetings. ii. Develop and mail up to 10,000 notification postcards. EA2-7 Rev 11/12/09 iii. Develop key messages to be communicated to the public regarding the project. iv. Prepare handouts for the open house meetings containing the key messages. v. Notify the media of the open house public meetings. vi. Provide information to the TRVA and CITY for posting on their Web sites and other publications and forums used by the TRVA and the CITY. vii. One member of the ENGINEER'S team shall attend and facilitate each of the 12 two-hour open house meetings, collect sign -in information, provide handouts, record comments on an easel board or other means, and provide a written summary of the public comments gathered at the public meetings. 22. Deliverables: L Five (5) 11"x17" copies of the CAC presentation. ii. One DVD with an electronic copy of the presentation. iii. Up to four (4) 36"x48" graphic boards. iv. Meeting minutes documenting discussions of the CAC presentation and the open -house public meetings. B. 30% HENDERSON STREET DESIGN 1. Further develop the engineering plans to a 30% level as defined by TxDOT. The extent of the Henderson Street bridge design is as shown in Exhibit A-3. 2. The design of the Henderson Street bridge will involve multiple reviews of the construction documents at various stages (initial bridge layout, 30%, 60%, and 90%) and by various organizations (notably TxDOT, Fort Worth Western Railroad, USACE, TRWD, and the City of Fort Worth). These reviews can take several weeks each. To meet the required schedule for the construction of the Henderson Street bridge, the ENGINEER will have to continue designing concurrently with ongoing reviews, as opposed to waiting for review comments that could significantly change the design. While efforts will be made to coordinate Fn9-8 Rev 11/12/09 extensively with the various agencies before formal review submittals, if significant design changes and rework are necessary due to major review comments that are received after design has progressed, this rework will be considered an Additional Service. 3. Update the current design schematic drawing. 4. Prepare bridge layout and railroad Exhibit A drawings. 5. Surveys for Design i. CITY has previously obtained survey for this project and will provide that data to the ENGINEER. No additional survey is included in this Scope of Services except for survey of the railroad top of rail for a distance of 1,000 feet north of Henderson Street to 1,000 fee south of White Settlement. Information gathered during the survey is assumed to include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. Existing drainage at intersections is assumed to already been verified by field surveys. Spot elevations are assumed to be shown on intersection layouts with cross slope to fit intersecting grade lines. ii. The minimum survey information to be provided on the plans shall include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2. The following information about each Control Point; a. Identified (Existing. City Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of EA2-9 Rev 11/12/09 radius at the Southeast corner of North Side Drive and North Main Street). d. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. e. No less than two horizontal bench marks, per line or location. f. Bearings given on all proposed centerlines, or baselines. g. Station equations relating utilities to paving, when appropriate. 6. Prepare 30% submittal plans for Henderson Street Bridge/Streetscape landscape architectural elements including: vehicular and pedestrian paving; decorative walks, plazas, and planters; decorative monuments, walls, and railings; decorative vehicular and pedestrian lighting and signals; seating and trash receptacles; signage and kiosks; and landscape planting. 7. Public Notification and Personnel/Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry information identifying the name of the company and the company representative. 8. Complete a hydraulic analysis of the Henderson Street bridge design. Provide summaries of hydraulic impacts including water surface elevations, velocities, and valley storage impacts for the 10-, 25-, 50-, 100-, 500 -year and SPF events. i. Submit the results of the hydraulic analyses to the USACE along with a written summary of the hydraulic impacts. Attend a two-hour meeting to brief USACE and discuss. Provide the USACE's comments related to the design upon receipt. ii. Based on USACE comments and results of preliminary hydraulic analyses, further modify the bridge design. iii. Complete a final hydraulic analysis, including final technical memorandum documenting the design process with hydraulic model results for the 2-, 5- , 10-, 25-, 50-, 100-, 500 -year and SPF events. Rev 11/12/09 iv. Submit final HEC -RAS model with technical memorandum to USACE for review, concurrent with final bridge plan submission. v. Address USACE comments and provide final comment response. 9. Drainage Computations: ENGINEER will review and document the storm water watershed drainage runoff area and existing street, right-of-way and storm sewer capacities for the subject site. A drainage area map will be drawn at 1" = 200' scale from available contour maps. Calculations regarding street and right-of-way capacities and design discharges (5 -year and 100 -year frequencies) at selected critical locations will be provided. Capacities of existing storm drain will be calculated and shown. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with City and TxDOT standards. All calculations and design shall conform to TxDOT and the City of Fort Worth Storm Water Management Design Manual, March 2006. 10. Prepare an opinion of probable construction cost. 11. One member of the FNI design team shall attend up to 2 meetings with the CITY and the TRVA during this phase. 12. Deliverables: 30% Engineering Plan Submittal i. Ten (10) copies of the schematic drawing. ii. Ten (10) copies of the bridge layout and railroad Exhibit A drawings. iii. The ENGINEER shall furnish ten (10) 11"x17" copies of the 30% engineering plans which include layouts, preliminary right-of-way needs and cost estimates. iv. The ENGINEER shall also evaluate the phasing of the street and drainage work, and shall submit such evaluation in writing to the CITY. Phase 2: Henderson Street Bridge Final Design Phase 2, the final design of the Henderson Street bridge, will include the preparation of construction bid documents including plans, specifications, and cost estimates in accordance with TxDOT standards. EA2-11 Rev 11/12/09 60% Engineering Upon approval of the 30% plans, ENGINEER will prepare construction documents as follows: a. Drainage area maps with drainage calculations and hydraulic computations. b. Preliminary project plans and profile sheets which will show the following and shall be on 22" x 34" sheets: Property Ownership Curb Lines Driveways Medians (if applicable) Sidewalks Existing and proposed water and sanitary sewer mains. C. Proposed roadway profile grades and elevations along each curb line; elevations at all p.v.i.'s; p.i's half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the left and right-of-way lines shall be shown. Existing found property corners (e.g. Iron pins), along the existing right-of- way shall be shown on the plans. Profiles for existing and proposed storm drain mains and leads shall be provided. d. Locations of existing utilities, including appropriate SUE investigations, are being completed by others and are not a part of this scope. Based on information received from others, existing utilities and utility easements will be shown on the roadway plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to ascertain what, if any, future improvements are planned that may impact the project. e. Preliminary roadway cross-sections will be developed, from the survey notes, at intervals not -to -exceed 50 foot along the project length and will extend 10' past the right of way line on both sides of the street. Additional cross-sections at important features including driveways, p.i.'s of EA2-12 Rev 11/12/09 intersecting streets, (minimum distance of 100' along cross -street at each P.I.) walks, retaining walls, etc., will also be provided. Profiles of centerline of driveways will also be provided where necessary. Scale will be 1" = 10' horizontal and 1" = Z vertical. f. Street and intersection layouts. g. Proposed plan/profile sheets will conform to TxDOT construction legend. Adequate horizontal and vertical control shall be provided on the plan sheets to locate all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. h. Bridge abutment retaining walls shall be designed as flood walls in accordance with USAGE criteria. Prepare 60% submittal plans and details for Henderson Street Bridge/Streetscape landscape architectural elements including: vehicular and pedestrian paving; decorative walks, plazas, and planters; decorative monuments, walls, and railings; decorative vehicular and pedestrian lighting and signals; seating and trash receptacles; signage and kiosks; and landscape planting and irrigation. Right -of -Way Research The ENGINEER will verify right-of-way requirements already determined by other consultants. A right-of-way map will be furnished by the CITY to the ENGINEER for review and incorporation into the construction plans. j. Right-of-wav/Easement Preparation and Submittal Right-of-way and easement documents will be prepared by others and are not a part of this scope. If any modifications to the right-of-way or easement documents are necessary, ENGINEER shall mark up the right- of-way map to show such modifications and submit to the CITY. New right- of-way and easement documents will then be prepared by others. k. Utility Clearance Rev 11/12/09 EA2-13 Utility relocations are being completed by others and are not a part of this scope. ENGINEER shall coordinate with other consultants completing this work and provide these consultants with input on the extent of the Henderson Street project so that utility relocations can be made. I. Storm Water Pollution Prevention Plan (SWPPP) ENGINEER will prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the project for use by the Contractor during construction. Engineer will prepare drawings and details for proposed SWPPP improvement that the Contractor must use during construction. Contractor will be responsible for filing the SWPPP with appropriate regulatory agencies. M. Traffic Control Plan ENGINEER shall prepare a signed and sealed Traffic Control Plan for review and approval by TxDOT and the Traffic Division of the Transportation and Public Works Department. n. Deliverables: 60% Construction Plan Submittal i. The ENGINEER shall deliver five (5) sets of 11"x17" 60% construction plans and specifications for review to both the CITY and TxDOT (ten (10) sets total). Generally, plan sheets shall be organized as follows: • Cover Sheet • General Layout and Legend Sheet • Drainage Area Map and Computations • Plan & Profile Sheets • Preliminary Cross Sections • Standard Construction Details • Special Details (If applicable) ii. The ENGINEER shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. ENGINEER EA2-14 Rev 11/12/09 shall assist CITY in selecting the feasible and or economical solutions to be pursued. o. Review Meetings with Citv The ENGINEER shall meet with CITY to discuss review comments for 60% submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. 2. Final Construction Plan Submittal (90%,95%, and 100% submittals) a. Following CITY and TxDOT approval of the 60% submittal, the ENGINEER shall prepare 90% plans and specifications and contract documents. The ENGINEER shall deliver five (5) sets of 11"x17" 60% construction plans and specifications for review to both the CITY and TxDOT (ten (10) sets total). b. Following CITY and TxDOT approval of the 90% submittal, the ENGINEER shall prepare 95% plans and specifications and contract documents. The ENGINEER shall deliver five (5) sets of 11"x17" 95% construction plans and specifications for review to both the CITY and TxDOT (ten (10) sets total). Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. One set to TxDOT shall be a mylar, the rest bond. C. Following CITY and TxDOT approval of the 95% submittal, the ENGINEER shall prepare 100% plans and specifications and contract documents for bidding purposes. The ENGINEER shall deliver five (5) sets of 11"x17" 100% construction plans and specifications to both the CITY and TxDOT (ten (10) sets total). Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. One set to TxDOT shall be a mylar, the rest bond. One electronic PDF file containing all plans shall be uploaded to the CITY'S Buzzsaw Web site. d. Furnish as a function of final plans, ten (10) copies of the final cross- sections on 22" x 34" sheets. Information on these sheets will include centerline station, profile grades and centerline elevations, roadway section (existing and proposed), right-of-way limits. Scale will be 1" = 20' horizontal EA2-15 Rev 11/12/09 and 1" = 2' vertical with cross sections plotted with stationing from the bottom of the sheet, and will include laterals and inlets. CITY policy with regard to parking design shall be maintained. Excavation and embankment volumes and end area computations shall also be provided. e. Public Meeting: After the 100% plans have been reviewed and approved by the City, the ENGINEER shall prepare project exhibits, and coordinate one public meeting. 1. Develop a mailing list of people and organizations to notify about the meeting. 2. Develop and mail up to 10,000 notification postcards. 3. Develop key messages to be communicated to the public regarding the project. 4. Prepare handouts for the meeting containing the key messages. 5. Notify the media of the public meeting. 6. Provide information to the TRVA and CITY for posting on their Web sites and other publications and forums used by the TRVA and the CITY. 7. Attend and facilitate the meeting. Collect sign -in information, provide handouts, and record comments on an easel board or other means. 8. Provide a written summary of the public comments gathered at the public meeting. f. ENGINEER's Estimate of Probable Construction Cost: The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. g. One member of the FNI design team shall attend up to 5 biweekly meetings with the CITY and the TRVA during this phase Phase 3: North Main Street Bridge Final Design Phase 3, the final design of the North Main Street bridge, will include the preparation of EA2-16 Rev 11/12/09 construction bid documents including plans, specifications, and cost estimates in accordance with TxDOT standards. A. 30% NORTH MAIN STREET DESIGN 1. Further develop the engineering plans to a 30% level as defined by TxDOT. The extent of the North Main Street bridge design is as shown in Exhibit A-4. 2. Update the current design schematic drawing. 3. Prepare bridge layout drawings. 4. Surveys for Design i. CITY has previously obtained survey for this project and will provide that data to the ENGINEER. No additional survey is included in this Scope of Services. Information gathered during the survey is assumed to include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. Existing drainage at intersections is assumed to already been verified by field surveys. Spot elevations are assumed to be shown on intersection layouts with cross slope to fit intersecting grade lines. ii. The minimum survey information to be provided on the plans shall include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2. The following information about each Control Point; a. Identified (Existing. City Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of EA2-17 Rev 11/12/09 radius at the Southeast corner of North Side Drive and North Main Street). d. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. e. No less than two horizontal bench marks, per line or location. f. Bearings given on all proposed centerlines, or baselines. g. Station equations relating utilities to paving, when appropriate. 5. Prepare 30% submittal plans for North Main Street Bridge/Streetscape landscape architectural elements including: vehicular and pedestrian paving; decorative walks, plazas, and planters; decorative monuments, walls, and railings; decorative vehicular and pedestrian lighting and signals; seating and trash receptacles; signage and kiosks; and landscape planting. 6. Public Notification and Personnel/Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry information identifying the name of the company and the company representative. 7. Complete a hydraulic analysis of the North Main Street bridge design. Provide summaries of hydraulic impacts including water surface elevations, velocities, and valley storage impacts for the 10-, 25-, 50-, 100-, 500 -year and SPF events. iii. Submit the results of the hydraulic analyses to the USACE along with a written summary of the hydraulic impacts. Attend a two-hour meeting to brief USACE and discuss. Provide the USACE's comments related to the design upon receipt. iv. Based on USACE comments and results of preliminary hydraulic analyses, further modify the bridge design. v. Complete a final hydraulic analysis, including final technical memorandum documenting the design process with hydraulic model results for the 2-, 5- , 10-, 25-, 50-, 100-, 500 -year and SPF events. EA2-18 Rev 11/12/09 vi. Submit final HEC -RAS model with technical memorandum to USACE for review, concurrent with final bridge plan submission. vii. Address USACE comments and provide final comment response. 8. Drainage Computations: ENGINEER will review and document the storm water watershed drainage runoff area and existing street, right-of-way and storm sewer capacities for the subject site. A drainage area map will be drawn at 1" = 200' scale from available contour maps. Calculations regarding street and right-of-way capacities and design discharges (5 -year and 100 -year frequencies) at selected critical locations will be provided. Capacities of existing storm drain will be calculated and shown. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with City and TxDOT standards. All calculations and design shall conform to TxDOT and the City of Fort Worth Storm Water Management Design Manual, March 2006. 9. Prepare an opinion of probable construction cost. 2. 60% Engineering Upon approval of the 30% plans, ENGINEER will prepare construction documents as follows: C. Drainage area maps with drainage calculations and hydraulic computations. d. Preliminary project plans and profile sheets which will show the following and shall be on 22" x 34" sheets: Property Ownership Curb Lines Driveways Medians (if applicable) Sidewalks Existing and proposed water and sanitary sewer mains. EA2-19 Rev 11/12/09 k. Proposed roadway profile grades and elevations along each curb line; elevations at all p.v.i.'s; p.i's half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the left and right-of-way lines shall be shown. Existing found property comers (e.g. Iron pins), along the existing right-of- way shall be shown on the plans. Profiles for existing and proposed storm drain mains and leads shall be provided. Locations of existing utilities, including appropriate SUE investigations, are being completed by others and are not a part of this scope. Based on information received from others, existing utilities and utility easements will be shown on the roadway plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to ascertain what, if any, future improvements are planned that may impact the project. M. Preliminary roadway cross-sections will be developed, from the survey notes, at intervals not -to -exceed 50 foot along the project length and will extend 10' past the right of way line on both sides of the street. Additional cross-sections at important features including driveways, p.i.'s of intersecting streets, (minimum distance of 100' along cross -street at each P.I.) walks, retaining walls, etc., will also be provided. Profiles of centerline of driveways will also be provided where necessary. Scale will be 1" = 10' horizontal and 1" = Z vertical. n. Street and intersection layouts. o. Proposed plan/profile sheets will conform to TOOT construction legend. Adequate horizontal and vertical control shall be provided on the plan sheets to locate all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. P. Bridge abutment retaining walls shall be designed as flood walls in accordance with USACE criteria. q. Prepare 60% submittal plans and details for Henderson Street Bridge/Streetscape landscape architectural elements including: vehicular and pedestrian paving; decorative walks, plazas, and planters; decorative EA2-20 Rev 11/12/09 Exhibit A-4 North Main Schematic Sheet 1 of 1 r. Right-of-Wav Research The ENGINEER will verify right-of-way requirements already determined by other consultants. A right-of-way map will be furnished by the CITY to the ENGINEER for review and incorporation into the construction plans. P. Right-of-way/Easement Preparation and Submittal Right-of-way and easement documents will be prepared by others and are not a part of this scope. If any modifications to the right-of-way or easement documents are necessary, ENGINEER shall mark up the right- of-way map to show such modifications and submit to the CITY. New right- of-way and easement documents will then be prepared by others. q. Utility Clearance Utility relocations are being completed by others and are not a part of this scope. ENGINEER shall coordinate with other consultants completing this work and provide these consultants with input on the extent of the Henderson Street project so that utility relocations can be made. r. Storm Water Pollution Prevention Plan (SWPPP) ENGINEER will prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the project for use by the Contractor during construction. Engineer will prepare drawings and details for proposed SWPPP improvement that the Contractor must use during construction. Contractor will be responsible for filing the SWPPP with appropriate regulatory agencies. S. Traffic Control Plan ENGINEER shall prepare a signed and sealed Traffic Control Plan for review and approval by TxDOT and the Traffic Division of the EA2-21 Rev 11/12/09 Transportation and Public Works Department. t. Deliverables: 60% Construction Plan Submittal ii. The ENGINEER shall deliver five (5) sets of 11"x17" 60% construction plans and specifications for review to both the CITY and TxDOT (ten (10) sets total). Generally, plan sheets shall be organized as follows: • Cover Sheet • General Layout and Legend Sheet • Drainage Area Map and Computations • Plan & Profile Sheets • Preliminary Cross Sections • Standard Construction Details • Special Details (If applicable) iii. The ENGINEER shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. ENGINEER shall assist CITY in selecting the feasible and or economical solutions to be pursued. U. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for 60% submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. 3. Final Construction Plan Submittal (90%, 95%, and 100% submittals) h. Following CITY and TxDOT approval of the 60% submittal, the ENGINEER shall prepare 90% plans and specifications and contract documents. The ENGINEER shall deliver five (5) sets of 11"x17" 60% construction plans and specifications for review to both the CITY and TxDOT (ten (10) sets total). Following CITY and TxDOT approval of the 90% submittal, the ENGINEER shall prepare 95% plans and specifications and contract documents. The EA2-22 Rev 11/12/09 ENGINEER shall deliver five (5) sets of 11"x17" 95% construction plans and specifications for review to both the CITY and TxDOT (ten (10) sets total). Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. One set to TxDOT shall be a mylar, the rest bond. Following CITY and TxDOT approval of the 95% submittal, the ENGINEER shall prepare 100% plans and specifications and contract documents for bidding purposes. The ENGINEER shall deliver five (5) sets of 11"x17" 100% construction plans and specifications to both the CITY and TxDOT (ten (10) sets total). Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. One set to TxDOT shall be a mylar, the rest bond. One electronic PDF file containing all plans shall be uploaded to the CITY'S Buzzsaw Web site. k. Furnish as a function of final plans, ten (10) copies of the final cross- sections on 22" x 34" sheets. Information on these sheets will include centerline station, profile grades and centerline elevations, roadway section (existing and proposed), right-of-way limits. Scale will be 1" = 20' horizontal and 1" = 2' vertical with cross sections plotted with stationing from the bottom of the sheet, and will include laterals and inlets. CITY policy with regard to parking design shall be maintained. Excavation and embankment volumes and end area computations shall also be provided. Public Meetinq: After the 100% plans have been reviewed and approved by the City, the ENGINEER shall prepare project exhibits, and coordinate one public meeting. 1. Develop a mailing list of people and organizations to notify about the meeting. 2. Develop and mail up to 10,000 notification postcards. 3. Develop key messages to be communicated to the public regarding the project. 4. Prepare handouts for the meeting containing the key messages. 5. Notify the media of the public meeting. EA2-23 Rev 11/12/09 6. Provide information to the TRVA and CITY for posting on their Web sites and other publications and forums used by the TRVA and the CITY. 7. Attend and facilitate the meeting. Collect sign -in information, provide handouts, and record comments on an easel board or other means. 8. Provide a written summary of the public comments gathered at the public meeting. M. ENGINEER's Estimate of Probable Construction Cost: The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. n. One member of the FNI design team shall attend up to 5 biweekly meetings with the CITY and the TRVA during this phase Phase 4: White Settlement Bridge 30% Design Phase 4 will include 30% level plans and estimates for the White Settlement bridge. A. 30% WHITE SETTLEMENT BRIDGE DESIGN 1. Further develop plans to a 30% level as defined by TxDOT for the White Settlement bridge. The extent of the White Settlement bridge design is as shown in Exhibit A-5. 2. Update the current design schematic drawing. 3. Prepare bridge layout drawing, and a railroad Exhibit A drawings. 4. Surveys for Design i. CITY has previously obtained survey for this project and will provide that data to the ENGINEER. No additional survey is included in this Scope of Services. Information gathered during the survey is assumed to include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other EA2-24 Rev 11/12/09 features relevant to the final plan sheets. Existing drainage at intersections is assumed to already been verified by field surveys. Spot elevations are assumed to be shown on intersection layouts with cross slope to fit intersecting grade lines. ii. The minimum survey information to be provided on the plans shall include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2. The following information about each Control Point; a. Identified (Existing. City Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). d. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. e. No less than two horizontal bench marks, per line or location. f. Bearings given on all proposed centerlines, or baselines. g. Station equations relating utilities to paving, when appropriate. 5. Prepare 30% submittal plans streetscape landscape architectural elements including: vehicular and pedestrian paving; decorative walks, plazas, and planters; decorative monuments, walls, and railings; decorative vehicular and pedestrian lighting and signals; seating and trash receptacles; signage and kiosks; and landscape planting. EA2-25 Rev 11/12/09 6. Public Notification and PersonnelNehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry information identifying the name of the company and the company representative. 7. Complete a hydraulic analysis of the bridge design. Provide summaries of hydraulic impacts including water surface elevations, velocities, and valley storage impacts for the 10-, 25-, 50-, 100-, 500 -year and SPF events. L Submit the results of the hydraulic analyses to the USACE along with a written summary of the hydraulic impacts. Attend a two-hour meeting to brief USACE and discuss. Provide the USACE's comments related to the design upon receipt. ii. Based on USACE comments and results of preliminary hydraulic analyses, further modify the bridge design. iii. Complete a final hydraulic analysis, including final technical memorandum documenting the design process with hydraulic model results for the 2-, 5- , 10-, 25-, 50-, 100-, 500 -year and SPF events. iv. Submit final HEC -RAS model with technical memorandum to USACE for review, concurrent with final bridge plan submission. v. Address USACE comments and provide final comment response. 8. Drainage Computations: ENGINEER will review and document the storm water watershed drainage runoff area and existing street, right-of-way and storm sewer capacities for the subject site. A drainage area map will be drawn at 1" = 200' scale from available contour maps. Calculations regarding street and right-of-way capacities and design discharges (5 -year and 100 -year frequencies) at selected critical locations will be provided. Capacities of existing storm drain will be calculated and shown. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with City and TxDOT standards. All calculations and design shall conform to TxDOT and the City of Fort Worth Storm Water Management Design Manual, March 2006. EA2-26 Rev 11/12/09 9. No geotechnical engineering is included. 10. Prepare an opinion of probable construction cost. 11. One member of the FN design team shall attend up to 2 biweekly meetings with the CITY and the TRVA during this phase. 12. Deliverables: 30% Engineering Plan Submittal i. Ten (10) copies of the schematic drawing. ii. Ten (10) copies of the bridge layout and railroad Exhibit A drawings. iii. The ENGINEER shall furnish ten (10) 11"x17" copies of the 30% engineering plans which include layouts, preliminary right-of-way needs and cost estimates. iv. The ENGINEER shall also evaluate the phasing of the street and drainage work, and shall submit such evaluation in writing to the CITY. Phases 5: Henderson Street Bridge Construction Phase Phase 5 is the construction phase of Henderson Street bridge. Since these are TxDOT on -system roadways, the contract construction documents will be prepared in accordance with TxDOT requirements, the project will be bid by TxDOT, and the construction phase will be managed by TxDOT. As such, ENGINEER shall have limited involvement during construction. BIDDING a. Bid Documents: TxDOT will reproduce and distribute bid documents. b. Bidding Assistance: The ENGINEER shall assist TxDOT during this phase including preparation of one additional addendum and respond to questions submitted to TxDOT by prospective bidders. TxDOT will reproduce and deliver any additional addenda prior to bid opening to plan holders. c. TxDOT shall prepare conformed or "As Bid" plans and specifications for use during the construction phase. d. TxDOT will make available for construction the final approved and dated plans and specifications and contract documents for distribution to the contractor. II. ASSISTANCE DURING CONSTRUCTION EA2-27 Rev 11/12/09 a. The ENGINEER shall review contractor's submittals, including, requests for information (up to 23 total), modification requests, shop drawings, and other submittals in accordance with the requirements of the construction contract documents for the project. b. The ENGINEER shall attend up to six meetings total during bidding and construction and provide documentation of the observations made, as requested by CITY or TxDOT. This maximum number of meetings is all-inclusive, and includes pre-bid meeting, pre -construction meeting, periodic site visits, meetings with the TRVA or CITY on progress, final punch list meetings, or any other meetings. c. Record Drawings are not part of the scope of services. d. ENGINEER will endeavor to protect CITY in providing these services however, it is understood that ENGINEER does not guarantee the Contractor's performance, nor is ENGINEER responsible for supervision of the Contractor's operation and employees. ENGINEER shall not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor, or any safety precautions and programs relating in any way to the condition of the premises, the work of the Contractor or any Subcontractor. ENGINEER shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. EA2-28 Rev 11/12/09 J W Z O t Z a U - 1 - Exhibit A-3 ` Henderson Street Schematic Sheet 1 of 2�� =VF, 1S N3linJ �1 - I o21 I $ALL ti I � t I I ' �4 .--.._._.._4 - i i- _.._.._._.. 1 S 1 I II \ � II z \� w>o II 0d O V 3 U M ZIO1 I Ia UOz o l a z C, I \ 10 U :` I W O] n F I I I tr I f E I N U c0 I mU.., m — U O O m 0 O W 0 0 - O O O 01 w — O a ` 3 + N — — ' \ IZ O Z m \ I \ U U Q 'D NLA I �� I ImUm nZ W i -- U O Oi I S NI lMNV2ij o r n 0 i \ a O10 \ Z 0 I-t0 N • I / Exhibit A-3 Henderson Street Schematic Sheet 2 of 2 / I M a "^I ,i I �bb6� dal+ � 1 \ t rl t t wW-z L- ... w 1�0 3 0 Henderson Street i - - project limits � o LU o i terminate at 1:iT sW .zk w oo.c approximately this point /\\\' of s \ • I } IFq� h U !, I tC I • j"¢N 'w i "" _ Mol / z '•/-' I �� � i _ s "" 4 ' / \ 1 w3C'llm 2Nll ¢ ¢W u I z v) L ¢ o Ld �. •� I I Lu V) u Exhibit A-5 ` '�• White Settlement Schematic • sem I I Sheet 1 of 2 Ln �r L N! L Lf 'G. 4 � •1 is IvIo83wwoo i ZGul G- J y J¢o I ~'"'F — —N — • 'I..VI m 43 y.�Mr F--~N N wwp 2 I WO aaLL m3c), a a :o t ✓ s 5R *09 _ SON , - .Mv �Swa '`�� r! �a� 1S anHlatl z '•�STT -4 rt' O t Nie ✓ 11a. I w :3 45y `.:� Lu w O t �r Jy F} R � k l µ� Z Y is JV31N3380 r \ I I � � � ov+CY In Q \ • • + j� Qj P on N+ + P \ \• ! I II II II II II II II O it v) p m \ I \•\ Ln uj - N - O fV O P m \ I \ I- ¢ j + N �n cd 'n; o nu O+ Q. \ \ . \ p o L o \ oF Fo Z Z W J Z W O O J r I \V) O fr O I- l- I- I~- II ~ ~m O V)O W ¢ Q W W H v) I- I- v) F M V)p O I + I- ¢ u U 7 v) v) ¢ W+ \ P J ¢ a a o 3a¢a Saw I a- - - \ civ~) - - O is l83dna oo — Jo I— ls la3dna 00 01 J ti Q I N 7 V 3LWo C9 �� — �0. — — — — — J M1aawlZy{2- VR, z =UNN F-- j Exhibit A-5 �Nry White Settlement Schematic j Sheet 2 of 2 I � a N1-1 — C�N — — + 1S 183dn8 - - - - - - a - - - - - - I I� 0 I- 1S 183dna 00 01 — J ti a .I . 3Ow0I J l0 F- U Z Qf-m H W W a0 (V =w J O U~N I a a u I I, wm3 tO a' � I J Orn J I I W 1 F- N _ M m N I _ — — —z�cJ 3 o a I j p II, CV =+Qo mach _ 00 C o Q tO a I } 1Y7 <4 I - — — I f �'NI tD w — minA— — — - - ---- Ln 0 i Oi - I I Ln I F- O - - -; N - - � — J J�o w L - 3 Z <wz — — c�Wo I��o - - - - - J Q Z J O • I —�wa � Z O N ate} �} I j c W V) �- ��� 0W� 0 I ~N w3(ZO Jo J I p Q�� ;ZQ I Zoo — Z Ld I < ago I I L -�wn�in+r- I- - - - wwn`- rz Iii I XLn I N ZWF I , II Ln O-N U~N —�ftf�i[!•f m3crJ + I� I' I - No - 4tit t - - I I 1S N30VA N 15 �30tlA N oral l9 a ' OOEo- �} +l0 fV w+W Li -z w d Q> m U N Z W N ATTACHMENT "B" COMPENSATION AND SCHEDULE Trinity River Vision Central City Final Design of the Henderson Street and North Main Street Bridges and 30%Design of White Settlement Bridge City Project No. 00144 I. Compensation A. The total maximum compensation to the ENGINEER shall be $3,764,201.00 for all phases, as described below and as shown in Exhibits "B-3A"and "B-313". B. Phases 1 through 4, Final Design of Henderson Street and North Main Street Bridges, and 30% Design of White Settlement Bridge: The ENGINEER shall be compensated a total lump sum fee of $3,658,951.00. Payment of the total lump sum fee shall be considered full compensation for the services described in Attachment A and Exhibit "A-2" for all labor materials, supplies, and equipment necessary to complete the project. C. Phases 5, Henderson Street Bridge Construction Phase: For Phase 5, the ENGINEER shall be compensated for hourly charges and expenses, with a total not-to-exceed fee of $105,250.00. Payment of the total invoiced fee shall be considered full compensation for the services described in Attachment A and Exhibit "A-2" for all labor materials, supplies, and equipment necessary to complete the project. The ENGINEER shall be paid monthly payments as described in Exhibit "13-1" Section 1 - Method of Payment. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. II. Schedule Scope of services shall be completed in accordance with the schedule that will be developed in accordance with Attachment"D." 3 Attachment 8 and Exhibits.doc B - 1 f r EXHIBIT "B-1" METHOD OF PAYMENT (Supplement to Attachment B) Trinity River Vision Central City Final Design of the Henderson Street and North Main Street Bridges and 30% Design of White Settlement Bridge City Project No. 00144 I. Method of Payment A. Phases 1 through 4, Final Design of Henderson Street and North Main Street Bridges, and 30% Design of White Settlement Bridge: Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice from the ENGINEER outlining the estimated current percent complete of the total project. B. Phase 5, Henderson Street Bridge Construction Phase: Partial payment shall be made to the ENGINEER monthly upon CITY'S approval of an invoice from the ENGINEER outlining the hourly labor costs and reimbursable expenses incurred. Hourly labor costs shall be based on employee rates multiplied by the labor multipliers specified in Exhibit "13-2". Direct expenses shall be reimbursed at actual cost times a multiplier of 1.05. Reimbursable expenses include printing and reproduction expense, communication expense, travel, transportation and subsistence, and other miscellaneous expenses directly related to the work, including costs of laboratory analysis, tests, and other work required to be done by independent persons other than staff members. II. Progress Reports A. The ENGINEER shall submit to the designated representative of the Director of the Department of Transportation and Public Works monthly progress reports covering all phases of design in the format required by the City. B. If ENGINEER determines in the course of making design drawings and specifications that the opinion of probable construction cost as established by the City's construction budget will be exceeded, whether by change in the scope of the project, increased cost or other conditions, the ENGINEER shall immediately report such fact to the City's Director of the Department of Transportation and Public Works and, if so instructed by the Director of the Department of Transportation and Public Works shall suspend all work hereunder. 3 Attachment Band Exhibits.doc B1 - 1 1 , EXHIBIT"B-2" LABOR MULTIPLIER SCHEDULES (Supplement to Attachment B) Design Services for Trinity River Vision Central City Final Design of Henderson Street and North Main Street Bridges and 30% Design of White Settlement Bridge City Project No.00144 CONSULTANT LABOR MULTIPLIER Freese and Nichols, Inc. 3.36 Rosales+Partners, Inc. 3.17 Civil Structures, Inc. 3.05 Open Channels Group, LLC 3.00 Blanton and Associates, Inc. 2.59 Savant Group, Inc. 2.97 Multatech Engineering, Inc. 2.81 Corven Engineering 2.84 AECOM USA Group, Inc. 3.05 Camp Dresser&McKee, Inc. 3.15 B2-1 EXHIBIT"B-3A" (SUPPLEMENT TO ATTACHMENT"B") Attachment A Design Services for Trinity River Vision Central City Final Design of Henderson Street and North Main Street Bridges and 30% Design of White Settlement Bridge City Project No.00144 SUMMARY OF FEE BY BASIC AND EXTRA SERVICES Project Construction Costs: Raw Construction %Design this %Raw Construction %Total Construction Costs* Contract Costs this Contract Costs this Contract** Henderson 16,075,375 100% $ 16,075,375 18,891,349 N Main 12,113,017 100% $ 12,113,017 14,942,933 White Settlement 15,156,785 30% $ 4,547,035 5,916,259 43,345,177 76% $ 32,735,427 39,750,541 121% * Raw construction cost without contingency or escalation **Includes contingency and escalation to equal$53.55M TRVA budget Design Fee: %of Raw %of Total Fee Construction Construction Basic services: Design phase: $ 2,673,964 8.17% 6.73% Construction administration: $ 105,250 0.32% 0.26% $ 2,779,214 8.49% 6.99% Extra services*** $ 488,483 1.49% 1.23% $ 3,267,697 9.98% . 8.22% Preliminary studies**** $ 496,505 1.52% 1.25% Total: $ 3,764,201 11.50% 9.47% ***Extra Services Landscape architecture and irrig. For$3.7M of landscaping(includes hardscape) $ 238,991 Agency coordination TxDOT USACE TRWD FWWR FWPA S+V $ 60,000 Geotechnical No borings,just more tests $ 55,000 Environmental and coordination with former team AECOM to finish environgeneral coordination $ 36,573 Reproduction Printing,boards plan sets etc. $ 26,009 TRVA meetings 36 meetings $ 22,000 City meetings during design $ 20,000 TxDOT environmental Meet review CE nothing else $ 12,000 SWPPP Storm water pollution prevention plan $ 7,200 Survey Additional survey needed for railroad Exh'A" $ 6,920 Accessibility review TAS/ADA reviews $ 3,790 $ 488,483 *—Preliminary Studies Aesthetic bridge design studies Beyond typical conceptual design efforts $ 234,505 Investigate multiple bridge options Beyond typical conceptual design efforts $ 115,000 Stakeholder workshops and CAC meetings Presentationsgraphics,entire team $ 25,000 Hydraulic analyses CDM $ 28,000 Wall/bridge study Economize current wall design $ 12,000 Stakeholder meetings for input Four meetings $ 12,000 Open house meetings Limited team involvement —. $ 31,000 Coordinate handscape elements For various bridge options $ 11,000 Renderings Of final bridge only $ 28,000 $ 496,505 EXHIBIT"B-313" (SUPPLEMENT TO ATTACHMENT-B") Design Services for Trinity River Vision Central City Final Design of Henderson Street and North Main Street Bridges and 30%,Design of White Settlement Bridge City Project No.00144 SUMMARY OF FEES BY TEAM MEMBERS Design Phase Construction Phase Prelim 30%Hand 100%Hand 100%N Main 30%WS Henderson Main Constructio Design Phase n Phase Percent of Consulting Firm Responsibility Phase 1A Phase 1B Phase 2 Phase 3 Phase 4 Phase 5 Phase 6 (Lump Sum) (Cost-plus) Total Fee Contract Freese and Nichols PM 103,661 22,114 115,000 95,000 15,000 15,732 350,775 15,732 366,507 9.7% Freese and Nichols Civil 32,273 41,721 308,057 260,000 40,000 17,454 682,051 17,454 699,505 18.6% Freese and Nichols Structural 9,745 28,010 372,882 378,239 40,000 50,311 828,876 50,311 879,187 23.4% Freese and Nichols Storm water/Ublibes 3,143 15,659 12,520 22,433 13,763 2,357 67,519 2,357 69,876 1.9% Freese and Nichols Innation - - 20,000 16,000 - 950 36,000 950 36,950 1.0% Freese and Nichols Landscape Arch 11,000 16,885 87,356 77,419 17,013 3,367 209,673 3,367 213,040 5.7% Freese and Nichols Construction services 5,809 2,112 5,674 5,674 2,112 21,380 21,380 0.6% Freese and Nichols Expenses 8,071 15,864 44,496 41,535 15,730 1,429 125,696 1,429 127,125 3.4% Freese and Nichols Sub markups 5% 15,372 4,204 23,171 20,119 800 650 - 63,666 650 64,316 1.7% Subtotal 189,072 146,568 989,157 916,420 144,419 92,250 - 2,385,636 92,250 2,477,886 65.8% M/WBE Sub-consultants Rosales+partners Bridge architeclure 160,000 - 20,000 20,000 - 200,000 200,000 5.3% Civil Structures,Inc.__ Brid a subsWcturel desi n 12,000 40,000 180,000 160,000 - 5,000 392,000 5,000 397,000 10.5% Open Channels Group Public involvement 23,000 - 4,000 4,000 - - 31,000 31,000 0.8% Mas-Tek Geotechnical - - 27,500 27,500 - - 55,000 55,000 1.5% Gorrondona Survey - 6,920 - - - 6,920 6,920 0.2% Blanton Associates Environmental - - - - 0.0% Savant Group Traffic control and signals - - 74,040 45,000 15,000 4,000 134,040 4,000 138,040 3.7% Multatech Electrical,misc CAD - - 139,992 129,992 - 4,000 - 269,983 4,000 273,983 7.3% Accessolo y Accessibility review - - 1,895 1,895 - - - 3,790 3,790 0.1% Johns Sons Reproduction 2,432 577 12,000 10,000 1,000 - - 26,009 26,009 0.7% Subtotal 197,432 47,497 459,427 398,387 16,000 13,000 - 1,118,742 13,000 1,131,742 30.1% NoMnIWBE Subconsuhants Corven En ineenng Bridge structural design 90,000 - - - - 90,000 90,000 2.4% AECOM Coordination/Environmental - 36,573 - - - - 36,573 36,573 1.0% CDM H draulics 20,000 - 4,000 4,000 - - - 28,000 28,000 0.7% Subtotal 110,000 36,573 4,000 4,000 - - - 154,573 - 154,573 4.1% Total 496,505 230,638 1,452,583 1,318,806 160,419 1 105,250 3,658,951 105,250 3,764,201 100% Exhibit"B-4" -Design Phase Task and Hour Breakdown Client, City of Fort Worth Project: TRV Bridges-Design City Project No.: 00144 FNI Project Manager JFD Project Phase DisciplinePercent 1A: Prelim eval 18: 30%Hend 2: 100%Hend 3: 100%NM 4: 30%WS TOTAL FEE of Total ❑� 14% ❑� -/ ❑�6% 1 4036% ❑✓ 4% Project M mt $103,661 $22,114 $115,000 $95,000 $15,000 $350,775 9.6% TransportationAnf $32,273 $41,721 $308,057 $260,000 $40,000 $682,051 18.6% Structural $9,745 $28,010 $372,882 $378,239 $40,000 $828,876 22.7% Storm WaterlUtllities $3,143 $15,659 $12,520 $22,433 $13,763 $67,519 1.8% Irrigation $20,000 $16,000 $36,000 1.0% Landscape Arch $11,000 $16,885 $87,356 $77,419 $17,013 $209,673 5.7% Construct Services $5,809 $2,112 $5,674 $5,674 $2,112 $21,380 0.6% Subconsultants $322,804 $88,274 $486,598 $422,506 $16,800 $1,336,981 36.5% Ex enses $8,071 $15,864 $44,496 $41,535 $15,730 $125,696 3.4% TOTALS $496,505 $230,638 $1,452,583 $1,318,806 $160,419 $3,658,951 100.0% IL Phase 1 Fee:$727,143 CADocuments and SettingsWd\Desktop\TRV Bridges on laptop\Fee proposaftProposal 10-30-09\Exhibit B-4 fee summary and breakdown-10-00.09,Summary Freese and Nichols.Inc_ .......... O N r W T('7 cq T V7 T OD T ^ y V7 c'7 I� N N tq O O N OD w 10 m cl V � A w w b9 4N9 b9 �bT9 O C d N g w w x 3 w IA m go 3 M N O O O N rap D g q O a N e O O w N w T w w V Ol O T c O Ute » vi Nw i»mNr`t aDc* oa cl 3 w v w 3 0 D 10 N A J TN 7op' T NNaTD 7 z w ID N m 0 O W cq r M aD tq(7 cq T cq O)M T e0 O N C I� V N M(D O a0 N D T N(D f� O Ci IQ M ] r N Ow Cw r w fh Of cq Of cq N N eD (CT r g w w w w 69 fA Nw Cw E 3 y m O O O O O O O O O O ('� T c0 O M O N N N 0 0 0 0 0 0 0 tq w Z N tq c'7 c'7 N cq�w O OD N�t- OD Now CoO �{O10 Do OON O a0 T O O N N T w w w M W OD N M ] (D T I�T c, Of T c0 O cq('�N Of m' U n w T w N w w w O N T m r aC C ('�I�('�Of V O N O w w w w N 17 R M T O w N Of N c'7 N w c7 R w www w www ww Nw E9w Vl L Ol Q 3 N W r O ~ O 17 O P f 0 0 0 0 0 01 O c 0 O f Ill O O a D O O/o O O O O N I� N N O N OOf OIC OO OOOOf ('� O C O O O N( C 0;N O7 aD O O aD w m M J O?M T O T T T M cTva T O O!1+1 c7 ap N N N w 0 O Vl N N f� o' Z w N NN w w w N w N aD � N l6 V) C m u� M o m v ua T g rn a u� aD rn aq ay o o O n ] N w OD 10 v(D O a0 N O N O) c 't r. ] cq c0 O p Y N W T N T w w ('�T O Of cq 0O� �w� w CO Nw i» i»w� D m CR H aD M \ 3 0 C o 0 c0 O O OD 0 0 O O T cq c0 O) M O O N N V b�9 b09 N M V O aND cn A O O O O 0. O a C 3 w www q M w � LL � C a ryO .�. Of cq O o cqo 000 O d. va o 10 orno 000 o m D N T aD Of N O N N V7 J a0 07 T O T T T al COC r v N � V O N 0 O T V7 ('� T('7 Nww NfA� N O (D M N N 0O aTD N aaD(00 aoD c�O y O O ONE O O O O O anp C Y O OD w U)w w (D O) N cq aD O O o O),OD O O O O c'7 m N at O N(D cq N o 0 O O O O O T(D Of O N r cq O O 0 0 0 OD O N cq O O N r V7 cp O M Y O T O r O)O 0 0 0 Of Y 3 N N N N T w w O OD cp O O I� OD Q1 N O N R N A O mw T w w N N O)T C t: A C Oi f�c0 aC T V N t0 O � CUw w F» w vfrnvaw 2; ]°D nw�N�ww Nw"9in a in w w m p D m p N O O ONE O OOf O O O O N p c OCL O 0 0 0 T C O N cq T T (�N N Of ay 3 00D c`O'I NNN NNN a l N D N N N T cq O T('7 c0 T V1 T c'�N T N a0 O N cD cq O C O O r N 10 w w w w w w w OO W O yf]r O T cO N N y N T M a0 C N OC w r wR w w w w w N .0.0y3 w 0 O0 w N o N 00 O O t0 M N T cq ODM p O of I�O O N a0 f� O V7 O O N r O)c2 t0 O f—OD cl O 1- r N r E O OD c0 N V w N a0 W t0 W N N O 47 N Of O w M N w LO 3 in i»(»vi Nw��w m 3N pDIT U C � Q C O O O O O coq O coq O cry m J O OT T T T T M N N M cq C W C a,G ] N N Mcoq N Nw N z m�NE�kaS E3 f9 vaw�w w U .W 4 N O 0 0 0 0" m 'y m 0 a) q)Y Y L y m m @ a) O.> > > 32.:.: V c O O O O< O V) a. V) . V) a) m D 3.C_.L L L A E H A w N Mr N N M O O d N w O N O O)0 0 0 0 0 0 O O W 0 0 0 �' C 0 cq 0 O(V c!j N c0 cn O N N O T e0 0 0 C; .0 V O w T O M c'7Ac www E9 MCA E9 � to F C v e ayi d j N y C NH •O�Nm m0o.U0`�0y0 �Oo. wN°m Q a`y wEC r x E .�oy oy d E C poO H 0eoU ZoC p ot0a0 K � . 0,200 cc m 0 D m W Z r r m s;so0 Bw;uud s;so0 pauyap jasn �a ndwo U- 3 � �/3 Project Mgmt $350,775 By: JFD 40 sheets Chk'd: Hours CAD Hours Cost CaddApplicagon Group Manager Engineer li Analyst with Task John F.Dewar Alex Ivan Garcia Word Proce sor Davld J.Th-,.s Raw Multiplier Phase No. Task Description $66.81 $32.60 $20.00 $36.94 1 Drafting by sheet,input below 2 Internal ro'ect kick-off ml 16.0 24.0 $1,851 $5,934 3 '.Obtain/review,project data 12.0 12.0 12.0 16.0 $2,024 $6,487 4 Pro'act kick-off mt w/City 4.0 4.0 $398 $1,274 5 City/stakeholder/team tour 8.0 8.0 $795 $2.549 6 Initial stakeholder input ml s 12.0 12.0 $1,193 $3,823- 7 Public relations strategy dev't 4.0 $267 $856 8 Determine other data required 6.0 8.0 $662 $2,121 9 Attend 18 TRVA meetings 54.0 $3,608 $11,563 10 :Setup accounting 8.0 8.0 $795 $2,549 11 PM reporting 8.0 12.0 $926 $2,967 12 ''Evaluate technical aspects 24.0 $1,603 $5,139 13 Multiple design options prep 24.0 16.0 16.0 $2,445 $7,836 14 1 Order-of-magnitude cost est's 12.0 16.0 $1,323 $4,241 Q 15 Graphically illustrate designs 16.0 16.0 8.0 $1,886 $6,045 16 Review mt w/City 4.0 6.0 -----$-4-6-3-F $1,483 17 Stakeholder workshop 16.0 8.0 $1,330 $4,262 18 Coordinate team 30.0 24.0 $2,787 $8,9Y1- 19 Prepare CAC presentation 32.0 16.0 24.0 $3,546 $11,365 20 Interim design options prep 16.0 $1,069 $3,426 21 Order-of-magnitude cost esl's 12.0 $802 $2,569 22 'Gra hicall illustrate desi ns 16.0 16.0 32.0 $2,571 $8,240 SUBTOTALS 334.0 190.0 44.0 80.0 $32,344 $103,661 ,0 1 Drafting by sheet,input below C 2 Coordinate Tans 12.0 4.0 $932 $2,987 = 3 Assemble TxDOT submittal 2.0 8.0 $394 $1,264 ee 4 .Attend 2 TRVA meetings 12.0 $802 $2,569 5 Team management 40.0 40.0 $3,976 $12,744 6 PM reporting 8.0 8.0 $795 $2,549 00 SUBTOTALS 74.0 60.0 $6,900 $22,114 1 Drafting by sheet,input below 2 Team meetings 34.8 34.8 34.8 $4,740 $15,193 3 Cily meetings 34.8 17.4 $2,889 $9,261 4 _ TxDOT meetings 20.9 20.9 $2,074 $6,646 5 'PM reporting 17.4 $1,161 $3,722 6 Respond to TxDOT comments 17.4 86.9 34.8 $5,279 $16,920 'p 7 '.Coordinate team(26 weeks) 113.0 $7,549 $24,194 c 8 Assemble submittals 26.1 52.2 52.2 $5,369 1 $17,206 2 9 ,Resolve design issues 52.2 69.5 $5,751 $18,432 10 ,Attend 5 TRVA meetings 16.0 --$1,0-69-F. $3,426 N SUBTOTALS 332.4 281.6 121.7 $35,8821 $115,000 1 :Drafting by sheet,input below 2 'Team meetings 28.6 28.6 28.6 $3,900 $12,499 3 Ci meetin s 28.6 14.3 $2,377 $7,618 Z 4 TxDOT meetin s 17.2 17.2 $1,706 $5,468 ve 5 PM reporting 14.3 $955 $3,062 00 6 Res and to TxDOT comments 14.3 71.5 28.6 $4,343 $13,919 .- 7 Coordinate team(26 weeks) 93.0 $6,210 $19,904 8 Assemble submittals 21.5 42.9 42.9 $4,417 $14,155 9 Resolve design issues 42.9 57.2 $4,731 $15,163 10 Attend 5 TRVA meetings 15.0 $1,002 1 $3,212 SUBTOTALS 275.3 231.7 100.1 $29,641 $95,000 1 Drafting by sheet,input-below 2Coordinate plans 8.3 2.8 $644 $2,064 3 Assemble TxDOT submittal 1.4 5.5 $272 $873 4 Attend 2 TRVA meetings 7.0 $468 $1,499 5 Team management 27.6 7.6 2 $2,747 $8,804 6 PM reporting 5.5 5.5 $549 $1,761 CD ee\e v SUBTOTALS 49.8 41.4 4,680 15,000 GRAND TOTALS 1065.5 804.7 44.0 301.8 $109,447 $350,775 CADocumenls and Settings\jfd\Desktop\TRV Bridges on laptop\Fee proposal\Proposal 10-30-09%Exhibit B-4 fee summary and breakdown-10-30-09,Dscl Freese and Nichols,Inc. Transportation/Inf $682,051 BY: MAM 186 sheets Chk'd: JFD Hours CAD Hours Cost Engineer Engineer l/ �-t� Technician 1v with Task Qv'utopher Brya Daniel Carlton G W ALJ Stephen].5 Raw Multiplier Phase No. Task Descrition $47.20 $28.35 $30.74 1 Draftin b sheet,input below 2 ' eviewExistin Data 6.7 6.7 13.3 $912 $2,922 3 Stakeholder meeting 8.3 8.3 $628 $2,014 4 iCoordinate w/Utilities L 5 Coordinate w/Railroad via TRVA 20.0 $614 $1,967 6 Coordinate w/Structures 5.0 10.0 $519 $1,662 7 Coordinate w/Draina a 3.3 6.7 $346 $1,108 8 Coordinate w/ROW 3.3 6.7 $346 $1,108 9_'Adjust Geometryas Needed 13.3 20.0 26.6 $2,012 $6,449 10 [Traffic Control Schematic-3 wl 6.7 6.7 6.7 $707 $2,267 11 ,Channel Design 12 :,Extract Quantities 13.3 13.3 $1,005 $3,222 13 'Coordinate w/TOOT 13.3 3.3 $722 $2,315 m 14 Pre are eetinq Minutes 15 Attend Worksho y 16 Follow Up Meetin s a 17 iCoordinate w/Other Discipline4 6.7 13.3 $691 $2,216 18 1 Revise Conceptual Designs-4 wka 19 !Extract Quantities 10.0 13.3 $848 $2,719 20 Embankment vs walls 21 Attend Meeting 22 Coordinate w/Other Discipline 23 Refine Final Concept-4 wks 24 Extract Quantities 25 Prepare Exhibits 8.0 16.0 $719 $2,303 SUBTOTALS 89.8 116.1 82.5 K$8.115 $32,273 1 rafting b sheet,input below 264.0 $26,009 2 Title Sheet 1.0 4.0 $515 3 Exist.and Pro .T .Sect. 2.0 4.0 $666 4 Prelim.Summa Sheets 2.0 2.0 $484 5 Control Data Sheets 1.0 2.0 $333 6 Plan and Profile Sheets 8.0 8.0 $604 $1,937 _7 Prelim.Intersection Layouts 2.0 8.0 $321 $1,029 = _ Prelim.Traffic Control Plan 8.0 8.0 $604 $1,937 9 Drainage Area Mas 2.0 8.0 $321 $1,029 to 'Hydraulic Computations 1.0 8.0 $274 $878 M 11 Prelim.Culvert La outs 1.0 8.0 $274 $878 12 jUpdated Cost Estimate 2.0 4.0 $208 $666 .- 13 Existing Utilities Layout 1.0 8.0 $274 $878 14 Bridge Layout 4.0 8.0 $416 $1,332 15 Retaining Wall Layout ? 2.0 8.0 $321 $1,029 16 ISpecifications 4.0 8.0 $416 $1,332 17 Coordination with Subs 4.0 2.0 $246 $787 I SUBTOTALS 45.0 98.0 264.0 $13,018 $41,721 1 1 Drafting by sheet,input below 570.0 $17,522 $56,157 2 Coordinate with Utilities 16.8 16.8 $1,269 1 $4,068 3 Coordinate with Utilities 16.8 16.8 $1,269 1 $4,068 4 Verify Right of Way Requiremei 8.4 16.8 $873 $Q797 5 Coordinate with Utilities 16.8 16.8 $1,269 $4,068 6 Geotech Stud/Pavement Desk 16.8 16.8 $1,269 $4,068 7 Coordinate with Drainage 33.6 33.6 $2,538 $8,136 8 Coordinate with Landscape 33.6 33.6 $2,538 $8,136 9 ICoordinate with Bridge 33.6 33.6 $2,538 $8,136 10 .Coordinate with TCPlfrafic/Illu 50.4 50.4 $3,808 $12,204 11 ICoordinate with Walls 33.6 33.6 12 Coordinate with TxDOT 33.6 33.6 $2,538 $8,136 $2,538 1 $8,136 13 iTitle Sheet 4.2 8.4 $436 $1,399 14 Index 4.2 8.4 $436 $1,399 15 Pro ect Layout 8.4 16.8 $873 $2,797 16 Typical Sections 33.6 50.4 $3,015 $9,662 17 General Notes 33.6 33.6 $2,538 $8,136 18 Estimate and Quantity Sheets 16.8 33.6 $1,746 $5,594 19 Consolidated Summaries 16.8 33.6 $1,746 $5,594 20 TCP Typical Sections 2.1 2.1 $159 $508 21 :TCP Phase Narrative 2.1 2.1 $159 $508 22 TCP Phase Layouts 2.1 2.1 $159 $508 23 Temporary Traffic Signals,Muir 2.1 2.1 $159 $508 24 TCP Summary 2.1 2.1 $159 $508 25 TCP Standards 2.1 2.1 $159 $508 26 Roadway Alignment Data Shea 8.4 16.8 $873 $2,797 27 Roadway Plan&Profile Sheets 33.6 84.0 $3,967 $12,715 28 Intersection Details 33.6 84.0 $3,967 $12,715 29 Driveway Details 16.8 33.6 $1,746 $5,594 _30 Miscellaneous Details 16.8 16.8 $1,269 $4,068 C 31 RoadwayCross-Sections 33.6 84.0 $3,967 $12,715 = 32 Roadwa Summa 16.8 33.6 $1,746 $5,594 33 Roadway Standards 4.2 8.4 $436 $1,399 0 34 Retaining Wall Layouts 8.4 33.6 0 35 RetainingWall Plan&Profile S 8.4 33.6 $1,349 $4,324 36 Retainin Wall Details 2.1 2 1 $1,349 $4,324 $159 $508 C:\Documents and Settings\jfd\Desktop\TRV Bridges on laptop\Fee proposallProposal 10-30-09\Exhibit B-4 fee summary and breakdown-10-30-09,Dsc2 Freese and Nichols.Inc N 37 Retaining Wall Standards 2.1 2.1 $159 $508 38 H draulic/H drolo is Data 2.1 2.1 $159 $508 39 Scour Sheet 2.1 2.1 $159 $508 40 Culvert Layouts-All Types-Br 2.1 2.1 $159 $508 41 Draina a Plan&Profile Sheets 2.1 2.1 $159 $508 42 Drainage Standards 2.1 2.1 $159 $508 43 Existing Utility Plan&Profile St 2.1 2.1 $159 $508 44 Proposed Utility Plan&Profile 2.1 2.1 $159 $508 45 Utility Standards 2.1 2.1 $159 $508 46 Bridge Hydraulic Data 2.1 8.4 $337 $1,081 47 Bridge Layout 16.8 33.6 $1,746 $5,594 48 Detailed Bride Summaries 2.1 2.1 $159 $508 49 Structural Details 2.1 2.1 $159 $508 50 Traffic Signal Layout 2.1 2.1 $159 $508 51 Traffic Standards 2.1 2.1 $159 $508 52 Illumination Layout 2.1 2.1 $159 $508 53 Illumination Summary 2.1 2.1 $159 $508 54 Illumination Standards 2.1 2.1 $159 $508 __55__Signing Layout 8.4 33.6 56 $1,349 $4,324 Si nin Standards 4.2 q $ 2 57 Pavement Markin Layout 16.8 33.6 $317 $1,017 58 Pavement Markin Summa $873 8.4 16.8 $ $5,594 $873 $2,797 59 Pavement Markin Standards 4.2 4.2 $317 $1,017 60SW3P Layout 4.2 16.8 $675 $2,162 61 'SW3P Summa 2.1 2. 4.2 $218 $899 62 'SW3P Standards 1 4.2 $218 $899 63 EPIC Sheet 4.2 8.4 $436 $1,399 64 S ecifications 84.0 84.0 $6,346 1 $20,339 65 Constriction Cost Estimate 33.6 33.6 $2,538 $8,136 66 Review Meeting w/CFW 8.4 8.4 $635 $2,034 SUBTOTALS 864.0 1,333.9 570.0 $96,119 $308,057 1 Drafting by sheet,input below 464.2 $14,270 $45,733 2 Coordinate with Utilities 14.3 14.3 $1,077 $3,453 3 Coordinate with Utilities 14.3 14.3 $1,077 $3,453 4 an Ri hl of Way Requiremei 7.1 14.3 $741 $2,374 5 Coordinate with Utilities 14.3 14.3 $1,077 $3,453 6 Geotech Stud/Pavement Desq. 14.3 14.3 7 Coordinate with Drainage 28.5 28.5 $1,077 $3,453 $2,155 $6,906 8 Coordinate with landscape 28.5 28.5 9 Coordinate with Bride 28.5 28.5 $2,155 $6,906 $2,155 $6,906 10 Coordinate with TCP/Traffic/Illu 42.8 42.8 $3,232 $10,359 11 Coordinate with Walls 28.5 28.5 $2,155 $6,906 12 Coordinate with TxDOT 28.5 28.5 $2,155 $6,906 13 Title Sheet 3.6 7.1 $370 $1,187 14 Index 3.6 7.1 $370 1 $1,187 15 Project Layout 7.1 14.3 $741 $2,374 16 ITypical Sections 28.5 -42 8 $2,559 $8,202 17 iGeneral Notes 28.5 28.5 $2,155 $6,906 18 Estimate and Quantity Sheets 14.3 28.5 $1,482 $4,749 19 Consolidated Summaries 14.3 28.5 $1,482 $4,749 20 TCP Typical Sections 1.8 1.8 $135 $432 21TCP Phase Narrative 1.8 1.8 $135 $432 22 TCP Phase Layouts 1.8 1.8 $135 $432 23 Temporary Traffic Signals,Illury 1.8 1.8 $135 $432 24 TCP Summary 1.8 1.8 $135 $432 25 TCP Standards 1.8 1.8 $135 $432 26 Roadwa Ali nmenl Dala Shee 7.1 14.3 $741 $2,374 27 Roadway Plan&Profile Sheets 28.5 71.3 28 Intersection Details 28.5 71,3 $3,368 $10,793 $3,368 $10,793 29 Driveway Details 14.3 28.5 $1,482 $4,749 30 Miscellaneous Details 14.3 14.3 $1,077 $3,453 adw 31 Roa Cross-Sections 28.5 71.3 $3,368 $10,793 32 Roadway Summary 14.3 28.5 $1,482 $4749 33 Roadway Standards 3.6 7.1 $370 $1,187 34 Retaining Wall Layouts 7.1 28.5 $1,145 $3,670 Z 35 Retaining Wall Plan 8 Profile S1 7.1 28.5 $1,145 $3,670 36 Retaining Wall Details1.8 1.8 $135 $432 0 37 RetainingWall Standards 1.8 1.8 $135 $432 38 Hydraulic/Hydrologic Data 1.8 1.8 $135 $432 39 'Scour Sheet 1.8 1.8 $135 $432 40 Culvert Layouts-All Types-Br 1.8 1.8 $135 $432 41 Drainage Plan&Profile Sheets 1.8 1.8 $135 $432 42 Drainage Standards 1.8 1.8 $135 $432 43 Existing Utility Plan&Profile St 1.8 1.8 $135 $432 44 Proposed Utility Plan&Profile 1.8 1.8 $135 $432 45 Utility Standards 1.8 1.8 $135 $432 46 Bridge Hydraulic Data 1.8 7.1 $286 $918 47 Bridge Layout 14.3 28.5 $1,482 $4,749 48 Detailed Bridge Summaries 1.8 1.8 $135 $432 49 Structural Details 1.8 1.8 $135 $432 50 Traffic Signal Layout 1.8 1.8 $135 $432 51 Traffic Standards 1.8 1.8 $135 $432 52 Illumination Layout 1.8 1.8 $135 $432 53 Illumination Summary 1.8 1.8 $135 $432 54 Illumination Standards 1.8 1.8 $135 $432 55 Uinkni Layout 7.1 28.5 $1,145 $3,670 56 Signing Standards 3.6 3.6 $269 $863 57 Pavement Marking Layout 14.3 28.5 $1,482 $4,749 58 Pavement Marking Summary 7.1 14.3 $741 $2,374 59 Pavement Marking Standards 3.6 3.6 $269 $863 60 SW3P Layout 3.6 14.3 $573 $1,835 61 SW3P Summary 1.8 3.6 A$2,155 $6,906 62 SW3P Standards 1.8 3.6 63 EPIC Sheet 3.6 7.1 64 Specifications 71.3 71.3 65 Construction Cost Estimate 28.5 28.5 CADocuments and Settings�fd\Desktop\TRV Bridges on laptop\Fee proposal\Proposal 10-30-09\Exhibit B-4 fee summary and breakdown-10-30-09,Dsc2 Freese and Nichols Inr.. 66 1 Review Meeting w/CFW 7.1 7.1 $539 $1,726 67 Public Meeting 3.6 3.6 $269 $863 68 Exhibits for Public Meeting 14.3 21.4 $1,280 $4,101 69 Misc.Supporting Bid Documeni 3.6 7.1 $370 $1,187 70 SWPPP in specs 35.7 $1,011 $3,239 SUBTOTALS 734.4 1,135.5 464.2 $81,124 $260,000 1 Drafting by sheet,input below 194.5 $5,979 $19,163 2 ITitle Sheet 1.3 5.3 $213 1 $683 3 Exist.and Prop.Typ.Sect. 2.7 5.3 $276 $883 4 Prelim.Summary Sheets 2.7 2.7 $200 $642 _ 5 Control Data Sheets 1.3 2.7 $138 $442 6 Plan and Profile Sheets 10.6 10.6 $802 $2,569 to 7 Prelim.Intersection Layouts 2.7 10.6 $426 $1,365 8 Prelim.Traffic Control Plan 10.6 10.6 $802 $2,569 9 Drainage Area Mas 2.7 10.6 $426 $1,365 0 10 Hydraulic ComMations 1.3 10.6 $363 $1,165 en 11 Prelim.Culvert Layouts 1.3 10.6 $363 $1,165 v 12 Updated Cost Estimate 2.7 5.3 $276 $883 13 Existing Utilities Layout 1.3 10.6 $363 $1,165 14 Bridge Layout 5.3 10.6 $551 $1,766 15 Retaining Wall Layout ? 2.7 10.6 $426 $1,365 16 Specific tions 5.3 10.6 $551 $1,766 17 Coordination with Subs 5.3 2.7 $326 $1,043 SUBTOTALS 59.7 130.0 194.5 $12,481 $40,000 GRAND TOTALS 1792.9 2813.5 1575.3 1 $21Z811 $682,051 Input sheet titles,numbers,and hours to draft: CAD Drafting Hours by Phase Sheet Title Sheet No. 1A:Prelim eval 1B:30%Hand 2: 100%Hend 3: 100%Nif 4:30%WS 1 Title Sheet 1 8.0 11.0 8.8 5.9 2 Index 1 8.0 11.0 17.6 5.9 3 1 Project Layout 2 16.0 22.0 17.6 11.8 4 ITypical Sections 2 22.0 4.8 5 'General Notes 10 8.0 6.0 17.6 5.9 6 Estimate and Quantity 4 8.0 22.0 17.6 5.9 7 ;Consolidated Summaries 4 8.0 22.0 1.6 5.9 8 'TCP Typical Sections 2 16.0 2.0 1.6 11.8 9 TCP Phase Narrative 2 2.0 1.6 10 TCP Phase Layouts 8 8.0 2.0 1.6 5.9 11 Temporwy Traffic Signals,IllurT 2 8.0 2.0 1.6 5.9 12 TCP Summary 1 8.0 2.0 1.6 5.9 13 TCP Standards 10 16.0 2.0 17.6 11.8 14 Roadway Alignment Data Shea 4 1 16.0 22.0 17.6 11.8 15 Roadway Plan&Profile Sheets 8 22.0 17.6 16 Intersection Details 5 22.0 1 17.6 17 Driveway Details 2 22.0 17.6 18 1 Miscellaneous Details 2 8.0 22.0 26.4 5.9 19 RoadCross-Sections 20 16.0 33.0 8.8 11.8 20 Roadway Summary 1 32.0 11.0 8.8 23.6 21 1 Roadway Standards 20 11.0 17.6 22 1 Retaining Wall Layouts 4 32.0 22.0 17.6 23.6 23 Retaining Wall Plan&Profile S 8 22.0 1.6 24 Retaining Wall Details 2 24.0 2.0 1.6 17.7 25 Retaining Wall Standards 10 24.0 2.0 1.6 17.7 26 Hydra lic/Hdrolo is Data 1 2.0 8.8 27 Scour Sheat 1 1 11.0 1.6 28 Culvert Layouts-All Types-Bride Class 2.0 1.6 29 Drainage Plan&Profile Sheets 2.0 1.6 30 Draina a Standards 2.0 4.8 31 Existing Utility Plan&Profile Sheets 6.0 4.8 32 Proposed Utility Plan&Profile Sheets 6.0 1.6 33 Utility Standards 2.0 8.8 34 Bridge Hydraulic Data 2 11.0 17.6 35 Bride Layout 2 22.0 1.6 36 1 Detailed Bridge Summaries 2.0 1.6 _37 Structural Details 2.0 1.6 38 Traffic Signal Layout 2.0 1.6 39 Traffic Standards 2.0 1.6 40 Illumination Layout 2.0 1.6 41 Illumination Summary 2.0 1.6 42 Illumination Standards 2.0 17.6 43 Signing Layout 4 22.0 8.8 44 Signing Standards 10 11.0 17.6 45 Pavement Marking Layout 4 22.0 8.8 46 Pavement Marking Summary 1 11.0 8.8 47 Pavement Marking Standards 10 11.0 17.6 48 SW3P Layout 4 22.0 8.8 49 SW3P Summary 1 11.0 8.8 50 SW3P Standards 5 11.0 8.8 51 EPIC Sheet 1 1 11.0 13.6 52 .Exhibits for Public Meeting 5 17.0 1 17.0 186 Total Drafting Hours: 264.0 570.0 464.2 194.5 CADocuments and Settingsyfd\Desktop\TRV Bridges on laptop\Fee proposaftProposal 10-30-09\Exhibit B-0 fee summary and breakdown-10-30-09,Dsc2 Freese and Nichols.Inc. ,...- Structural $828,876 By: VBK 84 sheets Chk'd: JFD Mows CAD Haws cost &g*-,V 6Vk~I Ergh-VI Eno,eer W Technklan Iv Task I-P.-t.,Kau [H--kMoon Lnio Dm- rd .,I=-W.ts_E Wht�.I L _ r 1. Ph=@ Ho. Tisk D"W"M $41.09 $28.73 $56.07 $51.18 $33.81 Drafting by sheet,input below Attend CAC meeting 2 $82 $20 Meetings(2) 12 $493 $1,580 .X- 4 Review Conceptual Designs 60 $2,465 $7,902 SUBTOTALS 74 1 $9,745 1 Drafting by sheet input below 202 $6,816 $21,845 WA,6; W, 2 Reviewing RW geotech report,coordinations 6 3 1 $389 $1,247 C: 3 Reviewing RR geotech report,coordinations 3 1 1 $195 $623 4 Coordinations with CSI on Railroad bridge 4 2 1 $257 $823 5 Review CSI substructure drawings 2 3 0 $173 $555 6 Reviewing channel geotech report,coordinabor 3 1 1 $195 $623 7 Coordinations with CSI onspliced girder bridge 6 3 1 $342 $1,096 8 Review CSI substructure drawings 6 3 1 $373 $1,197 - i 7 SUBTOTALS 28 17 5 202 $8,740 $28,010 1 Drafting by sheet,input below ,1 11 � I'�I.,-111�1- 1146 $38,729 $124,127 2 Reviewing RW geotech report,coordinations 6 3 1 $389 $1,247 3 Review wail layouts 28 6 $1,465 $4,694 4 Review CSI wall design and detalis 56 28 6 $3,419 $10,959 5 Respond to 30%RW comments 1 3 1 $177 $568 6 Respond to 60%RW comments 1 1 6 1 $258 1 $826 7 Respond to 90%RW comments 1 3 1 $177 $568 8 Reviewing RR geotech report,coordinations 3 1 1 $195 $623 9 Railroad bridge geometry calculations 28 56 6 $3,073 $9,850 10 Railroad bridge beam design 28 56 3 $2,916 $9,347 11 RR Bridge deck design 3 8 1 $435 $1,394 12 Railroad bridge beam bearing pad design 3 6 $276 $884 13 Railroad bridge quantities estimate 17 28 6 1 $1.809 $5,797 14 Coordinations with CSI on Railroad bridge 35 20 5 1 $2,311 $7,408 15 Railroad bridge internal QC 17 28 8 $1,943 $6,228 '73 16 Review CSI substructure drawings 15 28 3 $1,559 $4,996 17 Respond to RR 30%comments 6 11 3 $709 $2,272 Z 18 Respond to RR 60%comments 17 28 3 $1,652 $5,294 �9 Respond to RR 90%comments 6 11 1 $630 $2,020 20 Reviewing channel geotech report,coordinatio 3 1 1 $195 $623 -21 Spliced girder bridge geometry calculations 101 168 4 $9,193 $29,463 22 Spliced girder bridge beam design 78 168 4 $8,272 $26,513 23 Channel Bridge deck design 3 6 1 $315 $1,010 24 Spliced girder bridge construction sequence 84 56 1 4 $5,285 $16,937 25 Spliced girder bridge post-tensioning design 168 112 4 $10.345 $33.156 26 Spliced girder bridge of bearing design 17 11 6 $1,326 $4,250 27 Spliced girder bridge quantities estimate 22 42 4 $2,351 $7.536 28 Coordinations with CSI on spliced girder bridge so 25 5 $3,078 $9,863 29 Spliced girder bridge internal QC 28 45 16 $3,335 $10,688 30 10'en30 Review CSI substructure drawings so 25 4 $3,019 $9,676 31 Respond to channel 30%comments 8 17 3 $985 $3,156 1 32 Respond to channel 60%comments 28 56 3 $2,916 $9,347 33 Respond to channel 90%comments 17 28 1 3 $1,652 $5.294 34 Meeting with fabricators and contractors 28 28 1 $1,955 $6,266 35 External QC by Corven Engineering SUBTOTALS 1 956 1112 114 1148 $116,345 $372,552 11/12/2009,1:55 PM Freese and Nichols,inc. CADocuments and Settngskjfd%DesktopkTRV Bridges on laptopTee proposalklProposal 10-30-09kExhibit B-4 fee summary and breakdown-10-30-09,Dsc3 1 Drafting by sheet,in2ut below V"k ,"�"4V 1173 $39,645 $127,062 i 2 Reviewing RW geotech report,coordinations 2 2 1 $232 $745 3 Review wall layouts 29 6 $1,499 $4,805 4 Review CSI wall design and details 57 28 6 $3,481 $11,157 5 Respond to 30%RW comments 1 3 1 $185 $594 6 Respond to 60%RW comments 1 6 1 $264 $845 7 Respond to 90%RW comments 1 3 1 $581 8 Reviewing RR otech report,coordinations 3 1 1 $199 $638 9 'Railroad bddge geometry calculations 29 57 6 $3,146 $10,083 10 Railroad bddge beam design 29 57 3 $2,985 $9,568 11 RR Bridge deck design 3 9 1 $445 $1,427 12 Railroad bridge beam bearing pad design 3 6 $282 $905 13 Railroad bridge quantities estimate 17 ---29 6 $1,852 $5,934 14 Coordinations with CSI on Railroad bridge 36 71- 5 $2,366 $7,583 15 Railroad bridge internal QC 17 29 4 $1,754 $5,623 16 Review CSI substructure drawings 15 28 3 $1,596 $5,115 17 Respond to RR 30%comments 6 11 3 $726 $2326 c 18 Respond to RR 60%comments 17 29 3 $1,691 $5,419 19 Respond to RR 90%comments 6 11 1 $645 $2,068 1 20 Reviewing channel otech report,coordinatio 3 1 1 $199 $638 ni 21 Spliced girder bridge geometry calculations 103 - 172 4 $9,405 $30,142 2=2 Spliced girder bridge beam design 8-0 172 4 $8,463 r$27,123 23 Channel rid a deck design - 3 6 1 $323 $1,034 1 24 Spliced girder bridge construction sequence 86 57 4 $5,404 $17,321 $33,923 5 Spliced girder bride post-tensioning design 172 115 4 $10,584 P2-&_Spliced girder bridge of bearing design 17 11 2 $1,148 $3,680 2=7 Spliced girder bridge quantities estimate 23 43 2 $2,290 $7,338 28 Coordinations with CSI onspliced girder bridge 52 26 2 $2,973 $9,529 29 Spliced girder bridge internal QC 29 46 16 $3,392 $10,873 30 Review Review CSI substructure drawings 52 26 2 $2,973 $9,529 31 Respond to channel 30%comments 9 17 --3 $1,008 $3,231 32 Respand to channel 60%comments 29 57 3 $2,985 $9,568 33 Respond to channel 90%comments 17 2-9 3 $1,691 $5,419 34 Meeting with fabricators and contractors 29 29 $2,001 $6,414 35 External QC by Corven Engineering SUBTOTALS 975 1137 100 1173 $118,010 $3742" 1 Drafting by sheet,input below 243 $8,230 $26,377 2 Reviewing RW geotech report,coordinations 12 6 3 $860 $2,756 3 Reviewing RR otech report,coordinations 6 3 2 $430 $1,378 4 Coordinations with CSI on Railroad bridge 9 5 1 $568 $1,819 5 Review CSI substructure drawings 4 7 1 $383 $1,227 6 Reviewing channel otech report,coordination 6 3 2 $430 $1,378 7 Coordinations with CSI ons liced girder bridge 12 6 1 $756 $2,422 -R-emiew CSI substructure drawings 12 6 2 $825 $2,644 SLMTOTAL.8 62 37 12 243 $1401 ,000 GRAND TOTALS L 2095 2302 231 2763 $258,622 $828 876 Input sheet titles,numbers,and hours to draft. CAD Drafting Holes by Phase abw Two Sheet Na IA:Praft MW 18;30%Hand 2.,100%HwW 3: 100%NX L-30%INS 1 EB ESTIMATED QUANTITIES 1 7.7 7.9 2 EB HENDERSON BRIDGE LAYOUT 3 67.2 69.2 70.9 81.1 3 EB HENDERSON TYPICAL SECTIONS 2 13.4 13.8 14.2 16.2 4 EB HENDERSON BORING DETAILS 320.2 20.8 21.3 243 5 EB HENDERSON SEC.OF CONSTRUCTION 2 38.5 39.4 6 EB HENDERSON FRAMING PLAN 4 76.9 78-8 7 EB PRESTRESSED CONC U-BEAM DESIGN E 1 5.8 5.9 8 EE PRESTRESSED CONC TY VI BEAM DESV 5.9 1 5.8 1:F - HENDERSON POST-TENSIONING DETAII 2 38.5 39.4 10 EB PRECAST CONC TY VI BM DETAILS 4 123.1 126.0 11 EB HENDERSON BEAM SPLICING DETAILS 2 38.5 39.4 12 EB HENDERSON SLAB PLAN -4 92.3 94.5 13 EB HENDERSON SLAB TYPICAL SECTIONS 1- 15.4 158 14 EB HENDERSON DEFLECTION DIAGRAMS 2 38.5 39-4 - WB ESTIMATED QUANTITIES 1 7.7 - 79 WB HENDERSON BRIDGE LAYOUT 3 67.2 69.2 70.9 81.1 dl WB HENDERSON TYPICAL SECTIONS 2 13.4 13.8 14.2 16.2 WB HENDERSON BORING DETAILS 3 20.2 20.8 21.3 24.3 WB HENDERSON SEQ.OF CONSTRUCTION 2 76.9 78.8 WB HENDERSON FRAMING PLAN 4 5.8 5.9 MB PRESTRESSED CONC U-BEAM DESIGN! 1 5.8 5.9 WB PRESTRESSED CONC TY VI BEAM DESI 1 38.5 39.4 WB HENDERSON POST-TENSIONING DETAI 2 123.1 1260 WB PRECAST CONC TY VI BM DETAILS 4 38.5 39.4 WB HENDERSON BEAM SPLICING DETAILS 2 92.3 94.5 WB HENDERSON SLAB PLAN_ 4 15.4 15.8 WB HENDERSON SLAB TYPICAL SECTIONS 1 38.5 39.4 WB HENDERSON DEFLECTION DIAGRAMS 2 4.8 4.9 84 20 TXDOT STANDARDS 20 9.6 9.8 Total Drafting Hours: 201.6 1145.5 1172.6 243.4 11/12/2009,1:55 PM Freese and Nichols,Inc. CADocuments and Setbngs\fld\DesktopXTRV Bridges on laptop\Fee proposaRProposal 10-30-09\Exhibit R4 fee summary and breakdown-10-30-09,Dsc3 Storm Water/Utilities $67,519 By: SKH 11 sheets Chk'd: KDD MW CAD Hours Coat Eng peer V EnoN N Enyneer l Tedw*i n it WN1 T.k Kelly Diane Dilla� Scott K nsolving [usGn T.Oswald [ Bryan Ke th eoy ti Raw Al1.W W PIM. NO. Taa1r $48.32 $31.39 $27.15 $21.90 1 Drafting by sheet,input below 2 Assemble GIS data for team 1.0 16.0 16.0 $901 $2,888 3 Attend kick-of 1.0 1.0 $80 $255 4 Attend stakeholder meetings 5 Evaluate three hydraulic options 6 Coordinate utilities a 7 Attend workshop Q 8 Coordinate with CDM - 9 Prepare exhibits SUBTOTALS 2.0 17.0 16.0 $961 $3143 1 Drafting by sheet,input belowQU&VTKIM ""'W' 2 Drainage Areas 0.9 3.4 9.4 6.8 $551 $1,765 a 3 Inlet&ROW Capacity Calcs 0.7 2.7 8.2 2.7 $399 $1,280 z 4 Inlet and SO Demo 1.4 1.4 5.4 $199 $637 = 5 P&P Sheets-Inlet Leads(4 I 1.413.6 27.2 27.2 $1,827 $5,855 6 Storm Drain Extension on Hen 1.4 8.2 16.3 16.3 $1,122 $3,597 M 7 Flumes Adjacent to Walls 2.7 5.4 2.7 $293 $938 _8 Temporary Drainage Structure 0.9 3.4 3.4 3.4 $315 $1,008 0^ 9 Details-Inlets,Manholes,Em 0.2 1.4 2.0 3.4 $181 $579 10 Specs 11 Bridge Scour SUBTOTALS 5.3 36.7 73.3 68.0 $I,d66 $13,659 1 Drafting by sheet,input below A, 2 Drainage Areas a 3 Inlet&ROW Capacity Calcs 0.2 0.7 2.0 0.7 $100 $320 4 Inlet and SO Demo 0.3 0.3 1.4 $50 $159 = 5 P&P Sheets-Inlet Leads(4 loc 0.3 3.4 6.8 6.8 $457 $1,464 e 6 Storm Drain Extension on Hen 0.3 2.0 4.1 4.1 $281 $899 oc 7 Flumes Adjacent to Walls 0.7 1.4 0.7 $73 $234 �- 8 Temporary Drainage Structure 0.9 3.4 3.4 3.4 $315 $1,008 N 9 Details-Inlets,Manholes,Emb 1.5 12.2 18.4 30.6 $1,627 $5,214 10 Specs 1.7 34.0 $1,005 $3,222 SUBTOTALS 4.9 22.8 70.1 47.6 $3,907 $1;520 1 Drafting by sheet,input belowz-s- 2 Drainage Areas 1.1 4.4 17.6 8.8 $862 $2,762 3 Inlet&ROW Capacity Calcs 1.1 2.2 4.4 2.2 $290 $929 4 Inlet and SD Demo 2.2 4.4 2.2 $237 $759 2 5 P&P Sheets-Inlet Leads(4 l0 1.1 14.9 29.9 29.9 $1,987 $6,370 c 6 Storm Drain Extension on Hen 1.1 4.4 8.8 8.8 $623 $1,996 0 7 Flumes Adjacent to Walls 2.2 2.2 2.2 $177 $567 8 Temporary Drainage Structure 0.9 3.7 3.7 3.7 $341 $1,093 �i 9 Details-Inlets,Manholes,Emb. 2.2 17.6 26.4 $1,376 $4,409 10 Specs 1.9 37.4 $1,107 $3,549 11 Bridge Scour SUBTOTALS 9.4 51.6 134.8 57.8 $7,000 $22,433 1 Drafting by sheet,input belowr -qtr, 2 Drainage Areas 0.7 3.0 8.2 6.0 $484 $1,551 3 Inlet&ROW Capacity Calcs 0.6 2.4 7.2 2.4 $351 $1,125 4 Inlet and SD Demo 1.2 1.2 4.8 $175 $560 5 P&P Sheets-Inlet Leads(4 Io 1.2 12.0 23.9 23.9 $1,606 $5,146 6 Storm Drain Extension on Hen 1.2 7.214.3 14.3 $986 $3,162 7 Flumes Adjacent to Walls 2.4 4.8 2.4 $257 $824 8 Temporary Drainage Structure 0.7 3.0 3.0 3.0 $276 $886 9 Details-Inlets,Manholes,Emb 0.1 1.2 1.8 3.0 $159 $509 c 10 Specs 11 Bridge Scour v USTV S 4.6 32.3 64.4 59.8 1J, GRAND TOTALS 26.2 160.4 342.9 249.2 $21,067 $67,519 11/12/2009,1:55 PM Freese and Nichols,Inc. C:\Documents and Settings\jfd\Desktop\TRV Bridges on laptop\Fee proposal\Proposal 10-30-09\Exhibit B-4 fee summary and breakdown-10-30-09,Dsc4 Input sheet titles,numbers,and hours to draft: CAD Drafty Nous by 1`11 e Sheet TNN Sheat No. IA: PrWim ave/ 19: 30%Nand 1 100%Hand 3: 100%AW 4: 30%WS 1 Drainage areas 2 Inlet 3 ROW Capacity Calcs 3 Inlet and SD Demo 4 Inlet and SD Demo 5 P&P Sheets-Inlet Leads 4 locations) 6 P&P Sheets-Inlet Leads 4 locations) 7 Storm Drain Extension on Henderson 8 Flumes Adjacent to Walls 9 Temporary Drainage Structures Prior to Channel Construction 10 Details-Inlets,Manholes,Embedment 11 Details-Inlets,Manholes,Embedment Total Drafting Hours: 11/12/2009,1:55 PM Freese and Nichols,Inc. C:\Documents and Settingslfd\Desktop\TRV Bridges on laptop\Fee proposal\Proposal 10-30-09\Exhibit B-4 fee summary and breakdown-10-30-09,Dsc4 Irrigation $36,000 By: TWZ 10 sheets Chk'd: Hours GAD Mows cost SW1WDs31gner Dealpner# Wfth Teak Robert l Kinkel VScott Thomas Va 'W R Phase N0. Task $5140 $42.85 $30.35 1 Drafting by sheet,input below E a SUBTOTALS 1 Drafting by sheet,input below . e O SUBTOTALS 1 Drafting by sheet,input below . y ���z°' a$ J 72.0 $2,185 $7,004 c a 2 Design 2.0 34.2 $1,571 $5,035 o c 3 OC 8.0 8.0 $770 $2,468 _ 4 Specs 16.0 $686 $2,197 N 5 Cost estimate coons 8.0 $343 $1,099 6 Meetings 16.0 $686 $2,197 SUBTOTALS 10.0 82.2 72.0 $6„210 $20,000 1 Drafting by sheet,input below e EWE%f Sr, r ue� t fa „aay 47.0 $1,426 $4,572 e 2 Design 2.0 20.8 $996 $3,192 p 3 QC 8.0 4.0 $599 $1,918 2 4 Specs 14.0 $600 $1,923 ri 5 Cost estimate coord 8.0 $343 $1,099 6 Meetings 16.0 $686 $2,197 SUBTOTALS 10.0 70.8 47.0 $11662 $14000 1 Drafting by sheet,input below K 0 TOT GRANDTOTALS 20.0 152.9 119.0 $11,233 $36,000 Input sheet titles,numbers,and hours to draft: CAD DraRkp Howe by Phase Shoat TNN Shoat No. 1A:Preft oval 18:30%HWW 2: 100%Heed J: 100%AMI 4:30%WS 1 Legend 6.0 2.0 2 Irrigation plan 8.0 6.0 3 Irrigation plan 8.0 6.0 4 Irrigation plan 8.0 6.0 5 Irrigation plan 8.0 6.0 6 Irrigation plan 8.0 6.0 7 Irrigation plan 8.0 6.0 8 Irrigation plan 6.0 3.0 9 Irrigation plan 6.0 3.0 10 Details 6.0 3.0 Total Drafting Hours: 72.0 47.0 11/12/2009,1:55 PM Freese and Nichols,Inc.CADocuments and SettingsWd\Desktop\TRV Bridges on laptop\Fee proposal\Proposal 10-30-09\Exhibit B-4 fee summary and breakdown-10-30-09,Dsc5 Landscape Arch $209,673 By: DT 22 sheets Chk'd: How* CAD Hors cost Landscape ArdWect V AmhMedurd Intem I AmhBechaW Intim I Wmr Task Dwight E.Taylor ]orge Maximilian Catherine Amelia R. PhNo. Task $37.98 $24.31 $21.61 1A Drafting by sheet,input below mn/a Internal project kick-off mtg 2.0 $76 $243 E a Obtain/review ro'ect data 12.0 12.0 $715 $2,291 b Develop Hardscape Linkages 69.6 $2,641 $8,466 C Q - SUBTOTALS 83.6 12.0 4432 $11,000 1 B Drafting by sheet,input below e Henderson = a 30%Hardscape/Plant'g Drwgs 33.3 66.6 $2,704 $8,667 o b 30%Cost Estimate 6.7 6.7 $397 $1,272 c 30%Team Mt s/Coord 33.3 6.7 $1,408 $4,514 d 30%Review Mtgs City/Others 10.0 $379 $1,216 m e Team/Art MtgslCoord• 10.0 $379 $1,216 SUBTOTALS 93.3 79.9 $4268 $148!5 2 Drafting by sheet,input below . . , x„//s r•, r;� W.,�� , 30%Hardscape/Plant'g Drwgs 33.3 16.0 $1,610 $5,161 _ 30%Cost Estimate 6.7 6.7 $397 $1,272 30%Team Mt s/Coord 33.3 6.7 $1,408 $4,514 30%Review Mt s City/Others 10.0 $379 $1,216 Team/Art Mt s/Coord• 10.0 $379 $1,216 60%Hardscape/Plant'g Drwgs 66.6 16.0 16.0 $3,264 $10,460 60%Cost Opinion 13.3 10.0 $722 $2,313 _ 60°/Team/Art Mt slCoord• 50.0 5.0 $2,005 $6,425 a 60 Review Mtgs City/Others 10.0 $379 $1,216 190%Hardscape/Plant'g Drwgs 66.6 16.0 16.0 $3,264 $10,460 = 90%Cost Opinion 13.3 10.0 $722 $2,313 0 90%Team/Art MtgslCoord• 50.0 3.3 $1,969 $6,310 oc W-0/.Review Mtgs City/Others 10.0 $379 $1,216 95%Hardscape/Plant'g Drwgs 50.0 8.0 8.0 $2,264 $7,256 N 95%Hardscape/Plant'g Specs 16.7 3.3 $704 $2,257 95%Cost Opinion 10.0 10.0 $595 $1,908 95%Team/Art Mt s/Coord• 33.3 3.3 $1,336 $4,283 95%Review Mtgs City/Others 10.0 $379 $1,216 100%Hardscape/Plamrg Drwgi 50.0 8.0 8.0 $2,264 $7,256 100%Hardscape/Plant'g Spec! 16.7 3.3 $704 $2,257 100%Cost Opinion 10.0 5.0 $487 $1,562 100%Team/Art Mtgs/Coord• 33.3 $1,264 $4,053 100%Review Mtgs City/Others 10.0 $379 $1,216 SUBTOTALS 612.9 48.0 130.6 27,256 $87,356 3 Drafting by sheet,input belowTT a 60%Hardscape/Plant'gDrwgs ry 72.4 8.0 8.0 $3,115 $9,985 b 60%Cost Opinion 14.5 10.9 $784 $2,514 c 60%Team/Art Mtgs/Coord• 54.3 5.4 $2,178 $6,982 d 60%Review Mtgs City/Others 10.9 $412 $1,321 e 90%Hardscape/Plant'g Drwgs 72.4 8.0 8.0 $3,115 $9,985 f 90%Cost Opinion 14.5 10.9 $784 $2,514 2g 90%Team/Art Mtgs/Coord• 54.3 3.6 $2,139 $6,856 e h 90%Review Mtgs City/Others 10.9 $412 $1,321 oc i 95%Hardscape/Plant'g Drwgs 54.3 8.0 8.0 $2,428 $7,783 95%Hardscape/Plant'g Specs 18.1 3.6 $765 $2,453 k 95%Cost Opinion 10.9 10.9 $647 $2,073 I 95%Team/Art Mt s/Coord• 36.2 3.6 $1,452 $4,654 m 95%Review Mtgs City/Others 10.9 $412 $1,321 n 100%Hardscape/Plant'g Drwg 54.3 8.0 8.0 $2,428 $7,783 0 100%Hardscape/Plant Spec, 18.1 3.6 $765 $2,453 100%Cost O inion 10.9 5.4 $530 $1,697 q100%Team/Art Mtgs/Coord• 36.2 $1,374 $4,404 r 100%Review Mtgs City/Others City/Others10.9 $412 $1,321 SUBTOTALS 224.4 16.0 32.3 24,156.0 $77,419 4 Drafting by sheet,input below .q; ��,� 77,. White Settlement 3 a 30%Hardscape/Plant'g Drwgs 54.2 8.0 $2,230 $7,146 b 30%Cost Estimate 8.0 8.0 $477 $1,527 e\°\° _ c 30%Team Mtgs/Coord 40.0 8.0 $1,691 $5,421 M d 30%Review Mtgs City/Others 12.0 $456 $1,460 ;r a Team/Art Mt s/Coord' 12.0 $456 $1,460 24.0 5,308.4 17,013.3 GRAND TOTALS 1128.4 64.0 278.9 $65,421 $209,673 11/12/2009,1:55 PM Freese and Nichols,Inc. C:\Documents and Settings\fd\Desktop\TRV Bridges on laptop\Fee proposal\Proposal 10-30-09\Exhibit B-4 fee summary and breakdown-10-30-09,Dsc6 Construct Services $21,380 By:DPS/CAJ No sheets Chk'd: Howe GAD Hows coot Doewn"conbd &OW.r 1 &Qk w v speck"I WN10 TukDavd P.Sch ChrstopheAb� Debby Mn Gree ISI LJ /tIN YWpNM Pbess M0. Tuft 527.46 $HOD S2i42 1 Drafting by sheet,input below 2 internal project kickoff mtg 2.0 $55 $176 ;1Dr.afting /review ectdata 2.0 $55 $176 ti G kickoff m w/C 2.0 $55 $176 stimates 60.0 Q $1,648 $5,281 SUBTOTALS 66.0 $1,812 AM b sheet,in ut belowM Gstimates 24.0 $659 $2,112 m m = SUBTOTALS 240 $M $2112 1 Drafting by sheet,input below 2 Constuctability review 16.0 $672 $2,153 3 Final coat estimate 40.0 o � $1,098 $3,520 kV SUBTOTALS 10.0 16.0 $1770 $5,474 g 1 Draftin9 by sheet,input below 2 2 Constructa_Ility review 16.0 $672 $2,153 3 Final cost estimate 40.0 $1,098 $3,520 S/ANTOTALS 40.0 16.0 $1,770 471 N _1 Draftingb sheet,input below 111:e-"�a�"!,l' .,, 2 Costestimatea 24.0 $659 $2,112 0 SUBTOTALS v 24.0 GRAHDTOTALS 194.0 320 56,671 521380 11/12/2009,1:55 PM Freese and Nichols,Inc. C:1Documents and SettingsVfdM)esktop\TRV Bridges on Iaptoffee proposal\Proposal 10-30-0916chibit B-0 fee summary and breakdown-10-30-09,Dsc7 Johns Sons Reproduction Costs -TRV Central City Bridges Cost per Set Number Phase DelCost Unit Subtotal of Sets Total Cost Prelimimary Eval 11x17 existing plans and exhibits Black and white $ 0.12 100 $ 12.00 Color $ 0.65 50 $ 32.50 Binding $ 3.38 1 $ 3.38 $ 47.88 15 $ 718.20 Informal review mtgs 11x17 presentation Color $ 0.65 25 $ 16.25 Binding $ 3.38 1 $ 3.38 $ 19.63 10 $ 196.30 Laminated 36"x48"boards $ 125.00 0 $ - 1 $ CAC meeting 11 x1 7 presentation Color $ 0.65 25 $ 16.25 Binding $ 3.38 1 $ 3.38 $ 19.63 10 $ 196.30 Laminated 36"x48"boards $ 125.00 4 $ 500.00 1 $ 500.00 Public meetings 11x17 report Color $ 0.65 0 $ - Laminated cover $ 11.00 0 $ Binding $ 3.38 0 $ $ - 40 $ 11x17 presentation Color $ 0.65 25 $ 16.25 Binding $ 3.38 1 $ 3.38 $ 19.63 10 $ 196.30 Laminated 36"x48"boards $ 125.00 5 $ 625.00 1 $ 625.00 Public notice postcards $ 0.09 10,000 $ 910.00 0 $ Miscellaneous $ 11x17 engineering plans Black and white $ 0.12 100 $ 12.00 Color $ 0.65 20 $ 13.00 Binding $ 3.38 1 $ 3.38 $ 28.38 0 E Subtotal: $ 2,432.10 30%Henderson 11x17 engineering plans Black and white $ 0.12 150 $ 18.00 Binding $ 3.38 1 $ 3.38 $ 21.38 27 $ 577.26 Johns Sons Reproduction Costs -TRV Central City Bridges Cost per Set Number Phase Deliverable Unit Cost Unit Subtotal of Sets Total Cost 60%Henderson 11x17 engineering plans Black and white $ 0.12 250 $ 30.00 Binding $ 3.38 1 $ 3.38 $ 33.38 15 $ 500.70 Spec book Black and white $ 0.12 500 $ 60.00 Binding $ 3.38 1 $ 3.38 $ 63.38 15 $ 950.70 90%Henderson 11x17 engineering plans Black and white $ 0.12 330 $ 39.60 Binding $ 3.38 1 $ 3.38 $ 42.98 15 $ 644.70 Spec book Black and white $ 0.12 1000 $ 120.00 Binding $ 3.38 1 $ 3.38 $ 123.38 15 $ 1,850.70 95%Henderson 11x17 engineering plans Black and white $ 0.12 340 $ 40.80 Binding $ 3.38 1 $ 3.38 $ 44.18 17 $ 751.06 11x17 mylar set Mylar $ 1.50 250 $ 375.00 $ 375.00 1 $ 375.00 Spec book Black and white $ 0.12 1000 $ 120.00 Binding $ 3.38 1 $ 3.38 $ 123.38 17 $ 2,097.46 100%Henderson 11x17 engineering plans Black and white $ 0.12 350 $ 42.00 Binding $ 3.38 1 $ 3.38 $ 45.38 20 $ 907.60 11x17 mylar set Mylar $ 1.50 350 $ 525.00 $ 525.00 1 $ 525.00 Spec book Black and white $ 0.12 1000 $ 120.00 Binding $ 3.38 1 $ 3.38 $ 123.38 20 $ 2,467.60 Miscellaneous $ 1948 Public notice postcards $ 0.09 10,000 $ 910.00 1 $ 910.00 Subtotal $ 12,000.00 30%Main 11x17 engineering plans Black and white $ 0.12 200 $ 24.00 Binding $ 3.38 2 $ 6.76 $ 30.76 15 $ 461.40 60%Main 11x17 engineering plans Black and white $ 0.12 200 $ 24.00 Binding $ 3.38 1 $ 3.38 Johns Sons Reproduction Costs -TRV Central City Bridges Cost per Set Number Phase Deliverable Unit Cost Unit Subtotal of Sets Total Cost $ 27.38 15 $ 410.70 Spec book Black and white $ 0.12 500 $ 60.00 Binding $ 3.38 1 $ 3.38 $ 63.38 15 $ 950.70 90%Main 11x17 engineering plans Black and white $ 0.12 250 $ 30.00 Binding $ 3.38 1 $ 3.38 $ 33.38 15 $ 500.70 Spec book Black and white $ 0.12 1000 $ 120.00 Binding $ 3.38 1 $ 3.38 $ 123.38 15 $ 1,850.70 95%Main 11x17 engineering plans Black and white $ 0.12 250 $ 30.00 Binding $ 3.38 1 $ 3.38 $ 33.38 15 $ 500.70 11x17 mylar set Mylar $ 1.50 250 $ 375.00 $ 375.00 0 $ - Spec book Black and white $ 0.12 1000 $ 120.00 Binding $ 3.38 1 $ 3.38 $ 123.38 15 $ 1,850.70 100%Main 11x17 engineering plans Black and white $ 0.12 250 $ 30.00 Binding $ 3.38 1 $ 3.38 $ 33.38 16 $ 534.08 11x17 mylar set Mylar $ 1.50 1 $ 1.50 $ 1.50 1 $ 1.50 Spec book Black and white $ 0.12 1000 $ 120.00 Binding $ 3.38 1 $ 3.38 $ 123.38 16 $ 1,974.08 Miscellaneous $ 54.74 Public notice postcards $ 0.09 10,000 $ 910.00 1 $ 910.00 Subtotal $ 10,000.00 30%WS 11x17 engineering plans Black and white $ 0.12 300 $ 36.00 Binding $ 3.38 2 $ 6.76 $ 42.76 23 $ 1,000.00 GRAND TOTAL $ 26,009.36 Exhibit"B-5" -Construction Phase Task and Hour Breakdown Client: City of Fort Worth Project: TRV Bridges-Construction City Project No.: 00144 FNI Project Manager. JFD Project Phase Discipline TOTAL FEE Percent Ph 5:CA Henderson of Total ❑� 100% ❑ ❑ ❑ ❑ Project M mt $15,732 $15,732 14.9% Transportationllnf $17,454 $17,454 16.6% Structural $50,311 $50,311 47.8% Storm Water/Utilities $2,357 $2,357 2.2% hrl ation $950 $950 0.9% Landscape Arch $3,367 $3,367 3.2% No Group Selected Subconsultants $13,650 $13,650 13.0% Expenses $1,429 $1,429 1.4 TOTALS $105,250 $105,250 100.0% C:\Documents and SettingsVfdlDesktop\TRV Bridges on laptop\Fee proposaMroposal 10-30-09\Exhibit B-5 CA fee summary and breakdown-10-30-09,Su nwy Freese and Nichols.Inc. ,,,,.,,.,,,— — a o y� a T m Qo 3 w N of°� O o 3 N C 3 0 Y G y � S a w 2 m c O m or m E m E m w N O N N N tyD (aj O U ui v a ri 00 C J fn w m Q 3 a a s o x o 00 o w g vi v v ni o 3w ww » o 0 O 0 {O Y d 3 M 3 a T � N 0 O U V O a m LL m 20 3 c 0 sY N 0 C o 3 3 A m F- 0 0 3 Y d O O H Z � 4 N U, M N N 0- 10 V O C L. A f9 N R t0 O N a Z U .,S N N C O V � fA N vi d y N y Y O 0 0 O d a u> o o v> f a v N voi O �b C � n uNi v v e°i 2 Et q V y 3 ,fn vi f9 w u y s o'21 `2 2�°1. 3 o u o 0 o O w aw waa m w m -`-tt.c° 0 EI0 `2 d o0 C � ou�o�000000o O om000 ~ N wvi or�onoo�ONoo 0 or�000 3 C V viu�acvivinorovivi o aOcooci O as -j fA N O fA f9 N N fA 10 Q N to b9 fA N9 fA fA k b ti j.n .n .9 y U C a c a ° m � m � j N N E .�. $ c E ° y t o c u o t ° .c m E Z e c Y vi y = n N ° C n r x `m m rn c� C9 .y. 0 9 0 2 C a m N m d U o G! Al c 310 u m c log c N d o p T O n m O r N O O L Q°'w „�, 7 >_w!a N 7 1�O i07 0 0 m U C mU�mvJItL) L) LL a�U3O j viUQmrn�EQUUKO d y c 71-1— N N U � SIs03 BuI�uud sssoo paufap-iasn va dwo (4) LL is Project Mgmt $15,732 By: JFD 40 sheets Chk'd: Hours CAD Hours Cost Cadd Application Gmup Manager Engineer Ii Analyst with Task John F.Dewar Alex Ivan Gallia Word Processor David J.Thomp IV Raw Multiplier Phase No. Task Description $66.81 $32.60 $20.00 $36.94 1 Drafting by sheet,input below 2 Advertise 3 Assemble bid pk 4 Pre-bid meeting C 5 Addenda-one 8.08.0 $795 $2,939 ` 6 Bid opening 7 Award m 8 Pre-con mt = 9 RFis-23 total 12.0 16.0 $1,323 $4,891 Q 10 Submittals 12.0 $802 $2,963 V 11 4 site visits or meetin s 20.0 $1,336 $4,939 12 Punchlist 13 Record dw s 14 Attend 5 TRVA meetings SUBTOTALS 52.0 24.0 $4,257 $15,732 ##k##k Advertise #Assemble bid pk ##k##k Pre-bid meeting ######Addenda ##k##k Bid opening #Award # ##Pre wn mt #RFis #1J####Submittals ##k##k Site visits/mtgs ##Punchlist #tkk###Record dw s ######Aftend 5 TRVA meetigns SUBTOTALS SUBTOTALS GRAND TOTALS 52.0 24.0 $4,257 $15,732 C:\Documents and Settings\jfd\Desktop\TRV Bridges on laptop\Fee proposal\Proposal 10-30-09\Exhibit B-5 CA fee summary and breakdown-10-30-09,Dscl Freese anrt Nichnlc Inc Transportation/Inf $17,454 By: MAM Chk'd: No sheets Hours CAD Hours Cost Engineer Engineer li Technician lv with Task Christopher Bryan[l] Daniel Carlfnn C.(;;] Stephen I Sasser Raw Multiplier Phase No. Task Description $47.20 $26.35 ALJ ,$30.74 1 Drafting by sheet,input below 2 _ Respond to 10 RFls 8.0 16.0 $831 $3,072 V N 3 Shop drawing review 17.6 64.0 $2,644 $9,773 m 4 6 field visits and final punch list c5 Pre-bid and pre-con meeting tL = 6 Record drawin s 7 Addendum 1 12.0 24.0 $1,247 $4,608 SUBTOTALS 37.6 104.0 $4,722 $17,454 t Respond to 20 RFls ######Shop drawing review ##lk###4 field visits and final punch list tlN####Pre-bid and pre-con meeting ######Record drawings SUBTOTALS SUBTOTALS GRAND TOTALS 37.6 104.0 $4,722 $17,454 C:\Documents and Settings\jfd\Desktop\TRV Bridges on laptop\Fee proposal\Proposal 10-30-09\Exhibit B-5 CA fee summary and breakdown-10-30-09,Dsc2 Freese and Nichols.Inr._ _ _ Structural $50,311 By VBK No shaels ChKd cow Enpk—V EVk—1 E.0—Vl Ewh—w T.1i"il rrN T fMm Keu llom Antmb dex Betl eesq ]JIe A WN[mR ftw rMee Me. Tnsa $41.09 1 U&73 M07 utas Sd]s1 1 Dmfbng by sheet,input below %LM 2R 1010 RFIs 10.0 20.0 5888 53,642 Q C 3 dn,- review 180.0 160.0 18.0 512,068 544,605 U$ 4 2 SU visits 8.0 8.0 $5591 $2,064 yj 5Prs-bid aM stnrcbon m"Un t C 6 Record dr for mtainin walla tl= 7 Record drawings for Henderson Bridge SVETOTJU 176.0 Mo 140 ######Respond to 10 RFis ####Nl Bndge shop drawings review 8 field visits and final punch list ##N###PWbod and re-construcb on rnes6n #kMlk1#Record drowi s for relaini wells >r ###Record c1niwings for Henderson Bridge ITOTALS GRAND TOTALS 176.0 fall a 16.0 $13,612 S50 J11 11/1212009,2:00 PM Freese and Nichols,Inc. C:1Documents and SettingsNfdrDesktoplTRV Bridges on IaptopTee pmftP posaroposal I&M- \Exhlbil B-5 CA fee summary re and bakdown l 10-30.09,Dsc3 Storm Water/Utilities $2,357 By: SKH No sheets Chk'd: KDD How* CAD Hows cost Engl—V Enp6iesr li Enoaer I Ted.*in it WNh T"k LK.I�M.r.Di 1. 71 Oswald ----EI I- RMOOWW . Ph&" No, Task Dowrotion $48.32 $31.39 $27.15 $21.90 1 Drafting by sheet,input bel 2 RFIs-1 4.0 4.0 0 $319 $1,178 t ,a 3 Site visits L;j 4 Submittals 4.0 4-0 $319 $1,178. SUBTOTALS 8.0 8.0 $fM $Z357 RFIs visits SUBTOTALS SUBIOTA GRAND TOTALS 8.0 8.0 $638, $2,357 11/12/2009,2:00 PM Freese and Nichols,IQ.\Documents and Settings\fd\Desktop\TRV Bridges on laptop\Fee proposal\Proposal 10-30-09\Exhibit B-5 CA fee summary and breakdown-10-30-09,Dsc4 Irrigation $950 By: STV Chk'd: No sheets senforoesow --j5;.fw.I Hows CAD Hours cost wNh T-kRwW Allufflplf- M. HO. T"kDowdpBon $53,40 $42.85 $30.35 0 1 Drafting by sheet,input below 2 Site visits 3 Meetings 4 RF[s-1 6.0 — $257 $950 SUBTOTALS 6.0 $257 $950 Site visits — tF Meetings RFIs SUBTOTALS T"TA GRAND TOTALS 6.0 $257 $950 1/12/2009,2:00 PM Freese and Nichols,lQ0ocuments and Settingsljfd\Desktop\TRV Bridges on laptop\Fee proposal\Proposal 10-30-09\Exhibit B-5 CA fee summary and breakdown -10-30-09,DscS Landscape Arch $3,367 By: DT Chk'd: 22 sheets Hours CAO Hours cost Lendswpe Arehttect v Archltedurol Intern I AreNkcfurd Intern I With Tsslr Dwight E.Taylor Jorge Max mitran Catherine Amelia Raw &OpNN Pll s No. Task $37.96 $24.31 $21.61 Drafting by sheet,input below a Pre-bid Conference b Address Bidder RFI's/Addenda p c Addenda d Pre-Construction Conference ry a Review Submittals 20.0 $759 $2,806 f Project Status Mtgs Zg Const Site Visits h Punch List/Walk Through i RFI-1 4.0 $152 $561 Vh t a SUBTOTALS 24.0 Ss11 S3,3e7 m Pre-bid Conference Address Bidder RFI's/Addenda Addenda Pre-Construction Conference Review Submittals Project Status Mtgs Const Site Visits Punch List/Walk Through _ SUBPOTALS mm SIMTOTALS GRAND TOTALS 24.0 $911 $3,367 11/12/2009,2:00 PM Freese and Nichols,IMDocuments and Settings\jfd\Desktop\TRV Bridges on laptop\Fee proposallProposal 10-30-09\Exhibit B-5 CA fee summary and breakdown-10-30-09,Dsc6 Consulting Contract Schedule Specifications FORT WORTH City of Fort Worth Capital Improvement Program Dept.:PMO Subject:Schedule Specifications Version:1.0 1 Effective Date:June 30,2009 Attachment D-Project Schedule This PROTECT requires a Tier 3 schedule as defined herein and in the City's Schedule Guidance Document. D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: - Primavera (Version 6.1 or later or approved by CITY) - Primavera Contractor(Version 6.1 or later or approved by CITY) - Primavera SureTrak(Version 3.x or later or approved by CITY) - Microsoft Project(Version 2003/2007 or later or approved by CITY) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any, and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks,subtasks,and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities,key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points,including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, CITY OF FORT WORTH,TEXAS 1 OF 2 PROGRAM MANAGEMENT OFFICE • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, • Other schedule-related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS• The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. CITY OF FORT WORTH,TEXAS 2 OF 2 PROGRAM MANAGEMENT OFFICE ATTACHMENT "E" LOCATION BridgesTrinity River Vision Central City Final Design of the Henderson Street and North Main Street Bridgeand 30% Design of White Settlement City Project . 00144 - � �� North ��► ���4�- � �. '��� � � - Main = � � • � � �. Future TRV Central City Henderson ,.- � ; Development � :': dn• Downtown Fort Worth ����� M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FO T11i COUNCIL ACTION: Approved on 12/15/2009 DATE: 12/15/2009 REFERENCE NO.: C-24004 LOG NAME: 20TRVBRIDGES CODE: C TYPE: NOW PUBLIC CONSENT HEARING: NO SUBJECT: Authorize an Engineering Services Agreement with Freese and Nichols, Inc., in the Amount of$3,764,201.00 as Part of the Trinity River Vision Central City Project for Evaluation and Final Design of Bridges at North Main Street and Henderson Street and Thirty Percent Final Design of the White Settlement Road Bridge RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an Engineering Services Agreement in the amount of$3,764,201.00 as part of the Trinity River Vision Central City Project for evaluation and final design of bridges at North Main Street and Henderson Street and thirty percent final design of the White Settlement Road bridge. DISCUSSION: The United States Army Corps of Engineers has identified the Fort Worth Central City area as "at- risk" due to an aging levee system constructed in the 1950's and 1960s. In 2003, the City Council adopted the Trinity River Master Plan, which included the construction of a bypass channel as its preferred method of urban flood control. The 2004 and 2008 Capital Improvement Program (CIP) included $14,733,000.00 for bridge and street improvements and related infrastructure as part of the Trinity River Vision Central City Project. The services to be performed under this Engineering Services Agreement (Agreement) consist of evaluating the designs prepared in the schematic phase and preparing preliminary designs and cost estimates for bridges over the future bypass channel at North Main Street, Henderson Street and White Settlement Road that will allow access into Central City Fort Worth. Public participation will be vital in selecting the preliminary design of the bridges at North Main Street, Henderson Street and White Settlement Road. Ongoing communication and outreach will be an important part of the public participation for this project. Once this preliminary phase of the project is complete, final design of Henderson Street and North Main Street bridges will be completed. White Settlement Road bridge plans will only be carried to a 30 percent level at this time which define the bridge type for the Texas Department of Transportation (TXDOT). The construction of White Settlement Road is not scheduled until 2014 so the final design will be completed on the current program schedule in January 2013. Construction of Henderson Street bridge is scheduled to begin in spring 2011. North Main Street construction is scheduled to begin in winter 2013. These bridges will be constructed in partnership with TXDOT who is anticipated to provide a significant amount of bridge funding. The scope of this Agreement includes the evaluation of the design of the three bridges in keeping with the current budgets for this project, presentation of the design that will be carried to final design for all three bridges, the final bridge design for Henderson Street and North Main Street and 30 percent design for White Settlement Road. The consultant will also provide construction administration for the Henderson Street bridge. Freese and Nichols, Inc., has proposed to complete this phase of design for a lump sum amount of$3,658,951.00 and the construction phase administration will be on a time and expense basis with a not-to-exceed limit of$105,250.00. City staff considers this fee to be fair and reasonable for the scope of services to be performed. http://apps.cfwnet.org/council_packet/mc_review.asp?I D=11704&counci ldate=12/15/2009 12/15/2009 M&C Review Page 2 of 2 Freese and Nichols, Inc., is in compliance with the City's M/WBE Ordinance by committing to 30 percent MWBE participation. The City's goal on this project is 30 percent which exceeds the minimum goal of 25 percent for all Trinity River Vision Projects. This project is located in COUNCIL DISTRICTS 2 and 9, Mapsco 62U, 62Y and 62Q and will benefit the entire City. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budgets, as appropriated, of the Street Improvements Fund and the Street Improvements 2008 Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C200 531200 209260014430 $2,200,000.00 C204 531200 209260014430 $1.458.951.00 C204 531200 209260014480 $105.250.00 Submitted for City Manager's Office by. Fernando Costa (6122) William Verkest (7801) Originating Department Head: Randle Harwood (6101) Additional Information Contact: Mark Rauscher (2446) Patrick Buckley (2443) ATTACHMENTS 6 Attachment E.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=11704&counci ldate=12/15/2009 12/15/2009 LETTER OF TRANSMITTAL UNMFREESE 4055 International Plaza,Suite 200 • Fort Worth,Texas 76109 • 817-735-7300 • fax 817-735-7491 PROJECT: TRV Bridges-City Project 00144 DATE: 12/15/09 TO: Pat Buckley,P.E. ADDRESS: City Hall 1000 Throckmorton St. Fort Worth,TX 76102-6311 BY: John Dewar,P.E. CC: PHONE NO.: 817-392-2443 WE ARE SENDING YOU THE FOLLOWING ITEMS: FV- ATTACHED r UNDER SEPARATE COVER VIA: r Delivery Service and Tracldng No. r Hand Delivery r Email f Other • Signed Agreement for Engineering Services: Trinity River Vision Central City-Final Design of Henderson Street and North Main Street Bridges and 30%Design of White Settlement Bridge- City Project No. 00144(5 copies) THESE ITEMS ARE TRANSMITTED FOR YOUR: r USE r REVIEW AND COMMENT r INFORMATION r APPROVAL DISTRIBUTION TO PARTIES r RESPONSE r RECORDS r OTHER: REMARKS: Pat, These signed agreements are ready for final execution. Thanks s,� Joh II l