Loading...
HomeMy WebLinkAboutContract 34044 CITY 8F(. '`REYARa�uo CONTI AC NO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Carter & Burgess, Inc., (the "ENGINEER"), for a PROJECT generally described as: Stonegate Boulevard and an unnamed Connector to SH-121 (Southwest Parkway). 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 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 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, including interest. 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 service ID STANDARD ENGINEERING AGREEMENT(REV 10/06/05) j J'L.1; MIN v w Page 1 of 14 G+ 1 VV it o L? Ry 9, "V'j J U 9 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 ENGINEEITs 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. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, 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. STANDARD ENGINEERING AGREEMENT(REV 10/06105) Page 2 of 14 1 , 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, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (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 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, STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 3 of 14 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 enterprises in City contracts. Engineer acknowledges the M/WBE 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 three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, p STANDARD ENGINEERING AGREEMENT(REV 10/06/05) JV i FI'�1'�GU JE03 0 Page 4 of 14 IV� U -`nJ n�U VIC `''J �w 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 three (3) 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 subcon-sultant 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. ENGINEEWs Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident on a combined single limit or $250,000 Property Damage $500,000 Bodily Injury per person per occurrence A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned when said vehicle is used in the course of the PROJECT. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) ��,,�''. ( V Page 5 of 14 Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $100,000 each accident $500,000 disease-policy limit $100,000 disease -each employee Professional Liability $1,000,000 each claim $2,000,000 aggregate Professional liability shall be written on a claims-made basis and shall contain a retroactive date prior to the date of 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) 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. (a) 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. (b) Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of forty-five (45) 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. (e) Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A: VII in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 6 of 14 (f) Deductible limits, or self insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, 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. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions in writing. (j) For all lines of coverage underwritten on a claims-made basis, other than Professional Liability, the retroactive date shall be 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) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement and all insurance required in this section, with the exception of Professional Liability, shall be written on an occurrence basis. (1) 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 STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 7 of 14 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 ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. 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 and will provide labor and safety equipment as required by the ENGINEER for such access. 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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 8 of 14 C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. 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. (9) 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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 9 of 14 H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. 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 STANDARD ENGINEERING AGREEMENT(REV 10/06/05) ��`ICV UiNJ' Page 10 of 14 aJ CITY 01HEIRA,ff required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions 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. 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 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 storage containers, microfilm, electronic data files, and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 11 of 14 work underway at the time 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. P. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. .Code, section 33.011(4) (Vernon Supplement 1996). 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. 1. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 12 of 14 interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. 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.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. 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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 13 of 14 Article vi i 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 Executed this the day of 2006. ATTEST: CITY OF FO ORTH WBy: Marty Hendrix U Marc . Ott City Secretary Assistant City Manager cki— APPROVAL RECOMMENDED Contract Authorization 'Ps s �� �_E &oualas Rademaker, P.E. Director, Engineering Department APP ED A FO M AND LEGALITY sista Ci Attorney d" CARTER& BURGESS INC. ATTEST: ENGINEER B : Y L. Darrell Thompson, P.E. Vice President STANDARD ENGINEERING AGREEMENT(REV 10/06/05) OFFI1��1q �pjE(r� ,'� Page 14 of 14 I �L RECORD CITE' `REIREARY FT. ;n U1 ATTACHMENT "A" General Scope of Services "Scope of Services set forth herein can only be modified by additions, clarifications, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." GENERAL 1) Preliminary Conference with City 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. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the design of the proposed street, and storm drain and/or water and wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnical Investigations The Engineer shall advise the City of test borings, and other subsurface investigations that may be needed. In the event it is determined necessary to make borings or excavate test holes or pits, the Engineer shall in coordination with the City and the City's geotechnical engineering consultant, draw up specifications for such testing program. The cost of the borings or excavations shall be paid for by the City. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. 5) Design Changes Relating to Permitting Authorities If permitting authorities require design changes, the Engineer shall revise the plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the -1- permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Plan Submittal Copies of the original plans shall be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of-Engineering and 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; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the, drawings without the written approval of the Engineer. PHASE 1 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four (4) copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall furnish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to any proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. -2- 10) Conceptual Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and water/wastewater facilities. The Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. PHASE 2 11) Design Data The Engineer shall provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall furnish five (5) copies of ,the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four(4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. -3- PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding ' documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers..When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. PHASE 5 20) Preconstruction.Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. -4- 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. -5- r,Cai1 n �nt, EXHIBIT "A-1" 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: STONEGATE BOULEVARD AND UNNAMED COLLECTOR TO SH-121T (Southwest Parkway) CITY PROJECT NO. 00107 Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PART A— PRE-ENGINEERING 1. Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a level of comfort, two (2) meetings are anticipated. These include the following: One (1) pre-design kick-off meeting, (including the City's Department of Engineering and other departments that are impacted by the project). One (1) review meeting at completion of the City's review of the conceptual engineering plans. b. Data Collection 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 EAl-1 Rev 11/02/05 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. C. Coordination with Other Agencies During the concept 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 concept 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. 2. Schedule Submittal and Monthly Progress Report 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. PART B - CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering i. Surveys for Design a. CITY hasl performed field surveys- to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert. elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. Existing EA1-2 Rev 11/02/05 C�� i �r'' a'� I°' � �iii 01,F1 i!I F C1�2D drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. b. ENGINEER will provide the following information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, and all drawing files shall be provided in Microstation format, or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. 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 (Existing 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). EA1-3 Rev 11/02/05 3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. 4. No less than two horizontal bench marks, per line or location. 5. Bearings given on all proposed centerlines, or baselines. 6.. Station equations relating utilities to paving, when appropriate. 7. Topography Design Surveying City provided design survey. If additional survey is required, City will also provide. a) SOIL BORINGS — Establish horizontal and vertical locations for eleven (11) soil borings. Set stakes for soil borings. b) Subsurface Utility Engineering (SUE) - Gorrondona & Associates (G&A) will perform the SUE work required for this project in general accordance with the recommended practices and procedures described in ASCE Publication CI/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). As described in the mentioned ASCE publication, four levels have been established to describe the quality of utility location and attribute information used on plans. Two of the quality levels are as follows: Quality Level B (QL"B") — Two-dimensional (x,y) information obtained through the application and interpretation of non-destructive surface geophysical methods. Also known as "designating" this quality level provides the approximate horizontal position of subsurface utilities within approximately one foot. Quality Level A (QL"A") — Also known as "locating", this quality level provides precise three dimensional (x,y,z) information at critical locations by exposing specific EA1-4 Rev 11/02/05 utilities. Non-destructive vacuum excavation equipment is used to expose the utilities at specific points which are then tied down by survey. The engineer will utilize a Quality Level "B" SUE to designate all known underground utilities that may conflict with the proposed roadway. G&A will contact DIG-TESS (TEXAS-ONE—CALL) and perform record research as part of this service. A field sketch and spread sheet will be provided to our survey crew to ensure all flags are collected. After the designating has been collected, G&A will perform a preliminary review of the data to check for completeness and accuracy. Once the preliminary review has been completed, a meeting with Carter-Burgess will be held to determine if any test holes_are required. If the City desires to investigate further, a supplemental agreement can be prepared for performing a Quality Level "A" SUE. C) DRAINAGE CHANNEL CROSS-SECTIONS- Provide four (4) cross-sections of the trapezoidal drainage channel on the west end of the project as directed by the Engineer. 8. Right-of-Way/Parcel Acquisition Surveying a) Deed Research - Research property owners and obtain copies of subdivision plats and ownership deeds. b) Right-of-Way Map - Locate property corners and prepare a right-of-way map of the existing and proposed right-of- way showing lot numbers, ownership with recording information and all of the parcels of land affected by the project. Deliverables include a right-of-way map to overlay onto the topographic survey prepared in Microstation along with copies of deeds, subdivision plats and tax ownership information. EA1-5 Rev 11/02/05 C) Right-of-Way Document Preparation - Prepare five (5) right-of-way acquisition documents that include a legal description with exhibit. Stake corners of the proposed parcel takings in the field. An additional fee of $1,800.00 will be required for each additional right-of-way document preparation. d) Easement Preparation - Prepare six (6) permanent drainage easements that include a legal description with exhibit. An additional fee of $750.00 will be required for additional easement document preparation. 9. Items Not Included In Scope of Services a) Centerline Staking — City of Fort Worth Forces will stake centerline of Stonegate Blvd and the Unnamed Collector in the field. ii. Public Notification and Personnel/Vehicle Identification a. Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name, limits, DOE project No., Consultant's Project Manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. b. When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identifiable. iii. Drainage Computations a. 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 EA1-6 Rev 11/02/05 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 current City standards. b. The project elements include inlet placement, storm sewer design, drainage structure design, erosion control, stormwater pollution prevention plan, and hydraulic analysis. The work is further defined below: 1. Prepare overall drainage area map, showing existing contours, proposed drainage patterns and outfall locations. Overall drainage maps shall be prepared based on available topographic mapping and field observations. 2. Establish inlet and manhole locations. 3. Establish drainage outfall locations. 4. Prepare box culvert crossing of existing trapezoidal channel showing plan, profile, and details. Also, prepare a General 404 permit for the Corps of Engineers. 5. Design storm sewer systems and prepare storm sewer plan and profile sheets with supporting hydraulic data sheets. 6. Prepare drainage plans for the proposed improvements, including the following sheets: (a) Drainage Summary Sheets (b) Drainage Area Maps (c) Hydraulic Data (d) Drainage Plan and Profiles (e) Storm Water Pollution Prevention Plan (f) Drainage Details (g) Temporary Shoring 7. Coordinate drainage designs with existing and proposed utility designs in the corridor. 8. Work items not included in this scope of services: Storm Drain Detention Analysis and Design iv. Conceptual Engineering Plan Submittal EA1-7 Rev 11/02/05 a. Conceptual plans (30% Preliminary Construction Plans) shall be submitted to City 66 days after Notice to Proceed Letter is issued. b. The ENGINEER shall furnish four (4) copies of the Phase 1 concept engineering plans (30% Preliminary Construction Plans) which include layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. c. Roadway Design 1. Coordinate with the City for pavement design and prepare typical roadway sections. Engineer will make a recommendation on pavement design. Obtain City approval. 2. Match the existing horizontal and vertical alignment of Bryant Irvin Road. 3. Develop horizontal and vertical alignments for streets and driveways. Roadway design will be according to the City of Fort Worth Street Development Standards — Major Arterial (MA4D) for cross-sectional dimensions, however the facility will be designed using a 30 mile-per- hour design speed for geometric alignment features (see "Attachment E"). The design will only include those elongated roundabouts as shown in "Attachment E" and does not include any additional roundabouts. Operational analysis of roundabout features will not be evaluated as part of this contract. 4. Consult with the City on geotechnical information obtained from core holes and testing pertaining to embankment stability and settlement, pavement design, retaining walls, temporary shoring, special sign structures and other engineering matters as may be applicable to the project. Incorporate geotechnical information into plans. 5. Prepare roadway plans, profiles and typical sections. The plans shall consist of the following sheets: EA1-8 Rev 11/02/05 ' (a) Title (b) Typical Sections (c) Removal Plans (d) Horizontal Control Plans (e) Paving Plan and Profiles (f) Intersection Details and Grading Plans (g) Street and Driveway Profiles (h) Miscellaneous Paving Details (i) Retaining Wall Layouts (if required) Q) Retaining Wall Plans (if required) (k) Traffic Control Plans (1) Signing, Markings and Signalization Plans (m) Miscellaneous Roadway 2. Preliminary Engineering Upon approval of Part B, Paragraph IV, ENGINEER will prepare construction plans as follows: a. Drainage area maps with drainage calculations and hydraulic computations. Information shown on the plans will be consistent with Part B-1-iii-b for proposed condition. 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 pm.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), EA1-9 Rev 11/02/05 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. 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 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" = 20' horizontal and 1" = 4' vertical. f. Street and intersection layouts. g. Proposed plan/profile sheets will conform to City of Fort Worth 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. Furnish as a function of final plans, six (6) 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" = 40' horizontal and 1" = 4' 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.. I. Right-of-Way Research The ENGINEER will conduct preliminary research for availability of EAl-10 RGV 11/02/05 r[�S 9�t� sLt on existing easements where open-cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approval by the City. j. Right-of-way/Easement Preparation and Submittal Preparation and submittal of right-of-way, easements and rights-of-entry will be in conformance with "Submittal of Information to Real Property Division for Acquisition of Property". k. Utility Clearance Phase The ENGINEER will consult with the City's Transportation and Public Works Department, Water Department, Department of Engineering, and other City departments, public utilities, private utilities, and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. I. Preliminary Construction Plan Submittal i. Preliminary construction plans (60% construction plans) and specifications shall be submitted to City 35 days after approval of the 30% Construction Plans. ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) specifications to City for review. Generally, plan sheets shall be organized as follows: Cover Sheet General Layout and Legend Sheet Drainage Area Map and Computations EA1-11 Rev 11/02/05 Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. Preliminary estimate 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. M. Review Meetings with City The ENGINEER shall meet with City to discuss review comments for preliminary submittal. The City .shall direct the ENGINEER in writing to proceed with Final Design for Final Review. n. Storm Water Pollution Prevention Plan ENGINEER shall 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 improvements that the Contract must use during construction. Contractor shall be responsible for filing the SWPPP with appropriate regulatory agencies. o. Signing, Markings and Signalization 1. Prepare signing, marking, and signalization plans, including the following sheets: i) Summary of Signs ii) Signing, Delineation and Pavement Markings iii) Signal Design as outlined below. 2. Traffic Signal Designs i) Prepare revision plan from survey and proposed design for the Bryant Irvin intersection only. Traffic signal design is not included for any other intersections. EAl-12 Rev 11/02/05 ii) Develop construction plan sheets showing traffic signal poles, detector loops, conduit runs, wiring diagram, and signal face locations. Develop plan view sheets showing traffic signal indications, poles, and any traffic control signs to be mounted on the traffic signal. Develop wiring diagram sheet showing the number and type of electric wire runs between the signal controller and indications. Develop quantity estimate sheet. Traffic signal design for this contract includes only the intersection of Bryant Irvin Road and Stonegate Blvd. 3. Work items not included in,this scope of services: i) City to confirm power source and prepare adjustment required for electric service. ii) City to provide intersection manual turning movement counts or 24-hour intersection tube counts that may be required. iii) Analysis (Synchro, PASSER, TRANSYT-7F, etc) for determination of splits or cycle lengths. iv) Field adjustments to Traffic Signal Timing Plans. V) Traffic Simulation or Analysis of Roundabout features. P. Miscellaneous Structures: Geotechnical 1. Field and Laboratory Services i) Ten (10) borings are planned for Stonegate Boulevard and one (1) boring for the Unnamed Collector Road. The borings will be spaced on about 1,000 foot centers.. The pavement borings are planned to be sampled to a depth of 10 feet. One boring planned near the culvert will be sampled to 20 feet. ii) Cohesive soils will be sampled using thin walled tubes. Cohesionless soils will be sampled with a split-barrel EAl-13 Rev 11/02/05 sampler during performance of the Standard Penetration Test. Soil sampling will be continuous to 10 feet and at 5 foot intervals to the boring completion depth. iii) All samples will be extruded, logged, sealed and packaged in the field to maintain their moisture content and reduce disturbance during transportation to the laboratory. Bedrock hardness will be evaluated in the field using the Texas Department of Transportation Cone Penetration Test. Terracon will use provided plans, contact the City of Fort Worth, and a one-call locator service to avoid underground utilities. Carter & Burgess and its subconsultants will not be responsible for damage resulting from encountering utilities of which we are not aware. iv) Laboratory tests to characterize soil and rock conditions will be preformed. Liquid and Plastic Limits will be performed to classify the clay soils and as an indication of stabilization requirements. Soluble sulfate tests are planned to evaluate the risk of lime induce heave. Lime/pH series ,tests are planned to aid in selection of a lime application rate, if soluble sulfates are not a problem. Moisture -contents will be performed to evaluate the consistency of the soils. Unconfined compression tests will be used to evaluate the strength of cohesive soils and bedrock. Samples will be discarded 30 days after the geotechnical report is issued. 2. Geotechnical Engineering Report The results of the field and laboratory studies will be combined into an engineering report presenting Terracon's analysis, comments and recommendations for design of the pavement section and subgrade. The pavement sections will be based on traffic information provided by the City. Four copies of the report will be presented. The report will include the following: i) Boring logs, boring location diagram, groundwater EAI-14 Rev 11/02/05 information, and laboratory data. ii) Concrete pavement section design, pavement subgrade preparation, and lime application rates for subgrade stabilization. iii) Culvert subgrade preparation recommendations. iv) The presence of groundwater along with its effect on construction. r. Traffic Control Plan i) Prepare schematic construction sequencing and written narrative and submit to the City for review. ii) Refine schematic construction sequencing and written narrative. iii) Prepare traffic control plans and submit to the City for approval with the 60% plan submittal. The traffic control plans shall consider and detail the following items: construction sequencing; traffic flow patterns; traffic control devices; signing; pavement markings; drainage; constructability requirements; and identify locations of temporary retaining walls as may be required during construction. The traffic control plans shall maintain, to the maximum extent possible, the quality of existing traffic operations, and minimize the number of traffic moves. IV) Refine traffic control plans and narrative based on City comments and prepare details, typical sections, traffic control devices, signing, and pavement markings. V) Prepare summary of temporary pavement markings and traffic control devices. vi) Design temporary drainage to replace existing drainage disturbed by construction activities. Vii) Perform a preliminary construction schedule to determine EA1-15 Rev 11/02/05 the approximate duration of each phase of construction. viii) The traffic control plans shall consist of the following sheets: (a) Suggested Construction Sequencing and Traffic Control Plans (b) Miscellaneous Traffic Control Details (c) Traffic Control Quantity Summary S. Miscellaneous Roadway Illumination: 1) Develop illumination requirements based on city's design standards (and/or as directed by the city) & criteria. 2) Provide quantity summary for illumination. t. Structure Layouts and Design If required, retaining wall layouts will be submitted. The retaining wall manufacturer will provide final retaining wall construction details. U. Landscaping Landscaping services to be defined by the City will be performed at the attached rates on an hourly basis until a not-to-exceed total billing of $35,000 is reached. If further work is requested by the City, that work will be performed at the hourly rate scheduled provided in Attachment `B- 2'. 3. Final Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 80 days after approval of 60% Construction Plans. Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas) and submit two (2) sets of plans and construction contract documents within 15 days of EAI-16 Rev 11/02/05 LVV RITH, TEN. CITY's final approval. Plan sets shall be used for Part C activities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. C. Mylar Submittals The ENGINEER shall submit a final set of mylar drawings for record storage as follows: 1. Street and storm drain plans shall be submitted as one set of plans. Street and storm drain plans shall be separate from water and sanitary sewer plans. All sheets shall be standard size (22" x 34") with all project numbers (TPW and water/sanitary sewer) prominently displayed. 2. For projects where water/sanitary sewer improvements occur on a TPW Department funded project with no Water funding involved, a separate set of mylars with cover sheet shall be submitted for Water Department. 3. Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There. shall be one (1) PDF file for the TPW plan set and a separate PDF file for the Water plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: I. TPW file name example — "Wm1956_org47.pdf" where "Wm1956" is the assigned file number obtained from the City of Fort Worth, "—org" designating the file is of an original plan set, 1147" shall be the total number of sheets in this file. EAl-17 Rev 11/02/05 Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X- 35667—org36.pdf" where "X35667" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF files shall be submitted on one (1) Compact Disk, which will become property of and remain with the City of Fort Worth. Floppy disks, zip disks, e-mail flash media will not be accepted. 4. For information on the proper manner to submit PDF files and to obtain a file number for the project, contact the Department of Engineering Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the DOE number and proper fund codes have been assigned and are in the Department of Engineering database. PART C - PRE-CONSTRUCTION ASSISTANCE Administration a. Bid Documents Submittal The ENGINEER will make available for bidding, upon request by the CITY, up to forty-five (45) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Proposal will be provided in electronic format. b. Bidding Assistance EAl-18 Rev 11/02/05 The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders and respond to questions submitted to DOE by prospective bidders. Engineer shall attend the scheduled pre-bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening, develop bid tabulations in hard copy and electronic format and return four (4) copies of the bid tabulation, along with the contract documents to the City within three (3) working days after bid openings. C. Assistance During Construction The ENGINEER shall attend the pre-construction conference for the project. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes, if necessary. All other services, including construction surveying, site visits, shop drawing review, instructions to contractor, differing site condition sketches, and record drawing preparation, shall be considered additional services. EAl-19 Rev 11/02/05 ATTACHMENT "B" COMPENSATION AND SCHEDULE City Project No.: 00107 I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of$ 526,290 as summarized in Exhibit "B-3A." Payment of the total lump sum fee shall be considered full compensation for the services described in Attachment "A" and Exhibit "A-1" for all labor materials, supplies and equipment necessary to complete the project. B. The ENGINEER shall be paid in monthly partial payments as described in EXHIBIT "B-1" upon receipt of invoices submitted by the ENGINEER, based on an estimate of the percentage of completion of the project, not to exceed the milestone limits described in EXHIBIT "B-1". 11. Schedule Final Construction Plans and Contract Documents for bid advertisement shall be submitted within 181 calendar days after the "Notice to Proceed" letter is issued. A. 30% Engineering (Conceptual) Plans 66 Calendar Days B. 60% Engineering Plans and Contract Documents 35 Calendar Days C. 90% Engineering (Preliminary) Plans and Contract Documents 41 Calendar Days D. Final Engineering Plans and Contract Documents for Bid Advertisement 39 Calendar Days The City is allowed one week review time after each submittal. This review time is included in the aforementioned 181 calendar days. An extension of the City's review time will result in an extension to the overall schedule. EXHIBIT "B-1" (Supplement to Attachment B) METHOD OF PAYMENT City Project No.: 00107 I. Method of Payment The ENGINEER shall be paid monthly upon receipt of an invoice on the basis of statements prepared from the books and records of account of the ENGINEER, based on the ENGINEER'S estimate of the percentage of completion of the project, such statements to be verified as to accuracy and compliance with the terms of this contract by an officer or ENGINEER. Payment according to statements will be subject to certification by the Director of the Department of Engineering or his authorized representative that such work has been performed. The aggregate of such monthly partial payments shall not exceed the following: Until satisfactory completion of Exhibit A-1, Part B, Section 1 hereunder (Conceptual Plans), a sum not to exceed 30 percent of the lump sum fee. Until satisfactory completion of Exhibit A-1, Part B, Section 2 hereunder (Preliminary Plans), a sum not to exceed 90 percent of the lump sum fee. Until satisfactory completion of Exhibit A-1, Part B, Section 3 hereunder (Final Plans), a sum not to exceed 100 percent of the lump sum fee. Balance of earnings to be due and payable upon delivery to the City of plans and bid documents for advertising as described in Exhibit A-1, Part C. Note: If the Engineer determines in the course of making design drawings and specifications that the opinion of probable construction cost of $8,849,675.00 as estimated in Exhibit "B-4" 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 Engineering and, if so instructed by the Director of the Department of Engineering shall suspend all work hereunder. EXHIBIT "B-2" (Supplement to Attachment "I3") 2006 HOURLY RATE SCHEDULE City Project No.: 00107 Carter & Burgess, Inc. Engineering Rate Schedule 2006 Hourly Labor Rates (At a 3.1254 multiplier): Project Manager 203.00/ Hr Clerical /Administrative 55.00/ Hr Senior Project Engineer 141.00/ Hr Project Engineer 119.00/ Hr Engineering Intern 77.00/ Hr Senior Technician 108.00/ Hr CADD Technician 78.00/ Hr Carter & Burgess, Inc. Urban Design / Planning/ Landscape/ Irrigation Rate Schedule 2006 Hourly Labor Rates (At a 3.1254 multiplier): Associate 168.29/ Hr Irrigation Designer 136.74/ Hr Senior Landscape Architect 105:18 / Hr Staff Landscape Architect 78.14/ Hr CADD Drafting 60.10/ Hr Clerical 52.66/ Hr EXHIBIT "13-3A" (Supplemental to Attachment B) SUMMARY OF TOTAL PROJECT FEES City Project No.: 00107 Consulting Firm Prime Responsibility Amount Percent Prime Consultant: Carter & Burgess, Inc. Project Management & Engineering $405350 Additional Services $49,090 Subtotal $454,440 86.4% Subconsultant: HBC TerraCon, Inc. Geotechnical $5,950 Subtotal $5,950 1.1% M/WBE Consultants: Gorrondona & Associates, Inc. Surveying/ROW $23,900 Trevino & Associates, Inc. Printing & Reproduction $16,050 LopezGarcia Group, Inc. Miscellaneous Structures $25,950 Subtotal $65,900 12.5% Total for Professional Services $526,290 Proiect Description Scope of Services Total Fee M/WBE Fee Percent Engineering Services 526,290 65,900 12.5 The 12.5% for M/WBE Services provided exceeds the City's 12% goal for this project. EXHIBIT" "13-313-1„ (Supplemental to Attachment B) SUMMARY OF TOTAL. PROJECT FEES City Project No.: 00107 SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) A. SUMMARY OF TOTAL FEE Service Description Paving & Drainage Total Engineering Services/Geotechnical/ Miscellaneous Structures & Additional Services $502,390.00 $502,390.00 Surveying Services $23,900.00 $23,900.00 Total . $526,290.00 $526,290.00 B. BREAKDOWN OF FEE (LESS SURVEY FEES) Total Fee (less survey fee) Breakdown by Concept Preliminary and Final Design a. Concept (30%) _ (Total Fee — Survey Fee) x (0.3) =$150,717.00 b. Preliminary (60%) _ (Total Fee — Survey Fee) x (0.6) =$301,434.00 c. Final (10%) _ (Total Fee — Survey Fee) x (0.1) _$ 50,239.00 Total =$502,390.00 Q) R \ R R \ R E \ m * o a o 0 0 o 0 0 U) , , , ■ 0. 0 0 0 0 0 0 0 % @ @ 2 \ ■ A Q o 0 & o @ wow Q � � � � � � k 0 0 0 0 w E Q � ° q k 2 ± Q UCLL 2 > F E U)7a E � 0 k J § 2 « 2 L) . : � ' § E m 0 / 2 2 f a j 2 -1 b ° / k � f k D 2 w0 0 le \ U c � n m w w n ƒ \ 7 7 7 : ® ® ' o 0 0 c c � 0 o o / 2g 2 2 ® (n z0 / 0 -0 U) � y 7 w I « a LU / / 2 r_ � g ? \ / 0 g U) • d 0- ƒ 3 0 2 0 § od W . 0 � - v 0 0 k � C d O � . . EXHIBIT "13-31)" (Supplement to Attachment B) ADDITIONAL SERVICES City Project No.: 00107 Additional Services: Paving and Drainage Improvements Erosion Control Plans & SW3P =$ 5,000.00 Meetings & Quarterly Reports =$ 1,000.00 Landscape/Amenities/Irrigation =$35,000.00 Construction Assistance (Pre-bid, Pre-con, Final Inspection) =$ 1,500.00 Administrative (10%) Fee on M/WBE Firms & Reproduction =$ 6,590.00 Additional Services Total =$49,090.00 o co coo 0 0 0 O 0 0 0 o 00 0 0 0 000 O 000 �- 0 00 000 000 6 00 6 UO 00 It N d Ln O O Ln U') N0 Lf) U 6q (0 69 t 64 64 Lf) O N64 N69 NLO O 6? r O r r Cp b4 r 69 (f} r 60- 64 O U) C O w-. U C O L a. wcr A LU 06 CD cn w� Lu W `` W .O / ® L M W «J m N O 1] r O O O O O QO r O r r O r r r O O Z D LO r N N N N O Z F- g L LO LO LO X O 0 — O O 0 0 0 0� LO L O Lf) r O r 0 Ln T O Ln O ® o � CNcn- N 64LO � U) w U U C C C U 0_ U r d U 0 0 O O p_ O O Q, C) D U ca U CoSO U c� N 0) N LEE a 7 U C U C U O U U C a C C O C 0 � C 0 m a U � p 15 O a O a. O a. �: •_ H c a +, OCC coUU) UUU UU) U -a 0_ g N n o CL U 0 0 0 0 0 0 0 0 �- � 0 U) � L ' 0 0 O Cm 0 w a) ) ) m ) m ° ) m .0)C/) U) U) UUCl) UUU U) 0cl: (A2 a -0 O cc �h od fD N N N N O O O - r " r Ln n LLQ Ln r X i r C ca cd CL C C CL E e C � (if U C Ci3 a U CL_ ii m 0 ii EXHIBIT "B-4" (Supplement to Attachment B) OPINION OF PROBABLE CONSTRUCTION COS` City Project No.: 00107 ;Opinion Of Probable Construction Cost- Aft,Stonegate Blvd ! Unnamed Collector ", JfIV UNNAMED COLLECTOR Task Item Quantity Unit Unit Price Cost ,Roadway. -•- Prep ROW 30 AC $26,000.00 $780,000 Conc Pvmt(7") 60,000 SY $30.00 $1,800,000 Stabilized Subgrade(6"LTS) 64,500 SY $2.50 $161,250 Lime 958 TON $90.00 $86,204 Conc Curb 40,000 LF $3.00 $120,000 Retaining Walls 16,000 SF $40.00 $640,000 Signalization 1 LS $50,000.00 $50,000 Signing 40 EA $350.00 $14,000 Striping 42,000 LF $0.40 $16,800 Illumination 100 STA $6,000.00 $600,000 Landscaping/Irrigation 100 STA $5,000.00 $500,000 SW3P 100 STA $1,000.00 $100,000 Compost/Sodding 51,100 SY $2.50 $127,750 Excavation 111,120 CY $6.00 $666,720 Embankment 74,100 CY $5.00 $370,500 Subtotal Roadway $6,033,224 Stream CF-4(Concrete Channel) Conc Box Culvert(10'x6') 845 LF $410.00 $346,450 Conc Box Culvert(10'x9') 845 LF $525.00 $443,625 Headwall for Box Culvert Combo(5-10x9&5-10x6) 2 EA $25,000.00 $41,110 Subtotal $831,185 Roadway RCP pipe(21") 2,040 LF $48.00 $97,920 RCP pipe(24") 1,250 LF $52.00 $65,000 RCP pipe(36") 1,390 LF $85.00 $118,150 RCP pipe(48") 3,200 LF $160.00 $512,000 Curb Inlet(10') 96 EA $3,000.00 $288,000 Drop Inlet(TY 1) 48 EA $2,200.00 $105,600 Manhole 23 EA $4,000.00 $92,000 Subtotal $1,180,750 Subtotal Drainage $2,011,935 Summary of Subtotals Subtotal Roadway $6,033,224 Subtotal Drainage $2,011,935 Contingency 10% $804,516 l=gtt�a#gel Co.'rtistru _oL�Cos�=. -- .::::..-,:_-. -_-�-�......:�.�...____ . -:. .- - . .. -:,. ,.-„• -� 9/15/2006 Carter Burgess, Inc ATTACHMENT "C„ CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A City Project No.: 0010 ' 1. None C-1 ATTACHMENT D-1 SCHEDULE City Project No.: 00107 PROJECTED ACTUAL Duration ID Task Name (days) Start Finish Duration Start Finish 1 Notice-to-Proceed 1 August 21,2006 August 21,2006 2 Concept Design 3 Topographic Survey 15 September 18,2006 October 6,2006 4 Geotechnical Investigation 20 September 25,2006 October 20,2006 4 PHASE A(Bryant Irvin to Unnamed Coll.) 5 30%Construction Plan Submittal 6 M:Concept Report Submittal 1 September 25,2006 September 25,2006 7 City of Fort Worth Review of Concept 2 September 26,2006 September 27,2006 8 Prepare 30%Plan Submittal 7 September 28,2006 October 6,2006 9 M:30%Plan Submittal 1 October 9,2006 October 9,2006 10 City of Fort Worth Review 5 October 10,2006 October 16,2006 11 60%Construction Plan Submittal 12 Incorporate Staff Comments 14 October 17,2006 November 3,2006 13 M:Submit Plans for Utility Coordination 1 November 6,2006 November 6,2006 14 M:60%Plan Submittal to DOE 1 November 7,2006 November 7,2006 16 City of Wort Worth Review 5 November 8,2006 November 14,2006 17 90%Construction Plan Submittal 18 Incorporate Staff Comments 7 November 15,2006 November 23,2006 19 M:Submit 90%Plans and Specs 1 November 24,2006 November 24,2006 20 City of Fort Worth Review 5 November 27,2006 December 1,2006- 21 Final Construction Plan Submittal 22 Incorporate Final Staff Comments 7 December 4,2006 December 12,2006 23 M:Submit Final Plans 1 December 13,2006 December 13,2006' 24 Circulate Plans for Signatures 5 December 14,2006 December 20,2006 25 Advertise Project 26 Prepare Plans and Specs for Advertisement 5 December 21,2006 December 27,2006 27 Advertisement Duration 10 December 28,2006 January 10,2007 28 M:Open Bids 1 January 11,2007 January11,2007 29 M&C Circulation Process 30 M:Council Award 1 January 12,2007 January 12,2007 31 Execute Contract Documents 10 January 15,2007 January 26,2007 32 Project Construction Phase 33 Pre-Construction Meeting 1 January 29,2007 January 29,2007 34 Pre-Construction Neighborhood Meeting 1 January 30,2007 January 30,2007'3- 35 Perform Construction 38 wks January 31,2007 October 23,2007 31 PHASE B(Unnamed Coll.to Trinity River) 32 30%Construction Plan Submittal 33 M:Concept Report Submittal 1 September 25,2006 September 25,2006 34 City of Fort Worth Review of Concept 1 September 26,2006 September 26,2006 ' 35 Prepare 30%Plan Submittal 20 September 27,2006 October 24,2006 M:30%Plan Submittal 1 October 25,2006 October 25,2006 4 City of Fort Worth Review 5 October 26,2006 November 1,2006 5 60%Construction Plan Submittal t 6 Incorporate Staff Comments 20 November 2,2006 November 29,2006 ATTACHMENT D-1 SCHEDULE City Project No.: 00107 PROJECTED ACTUAL 8 M:60%Plan Submittal to DOE 1 November 30,2006 November 30,2006.� 10 City of Wort Worth Review 5 December 1,2006 December 7,2006 11 90%Construction Plan Submittal 12 Incorporate Staff Comments 23 December 8,2006 January 9,2007 13 M:Submit 90%Plans and Specs 1 January 10,2007 January 10,2007 14 City of Fort Worth Review 5 January 11,2007 January 17,2007 15 Final Construction Plan Submittal 16 Incorporate Final Staff Comments 23 January 18,2007 February 19,20071 17 M:Submit Final Plans 1 February 20,2007 February 20,2007 18 Circulate Plans for Signatures 12 February 21,2007 March 8,20071 1 19 Advertise Project 20 Prepare Plans and Specs for Advertisement 5 March 9,2007 March 15,2007 21 Advertisement Duration 5 March 16,2007 March 22,2007 22 M:Open Bids 1 March 23,2007 March 23,2007 23 M&C Circulation Process 24 M:Council Award 1 March 26,2007 March 26,2007 25 Execute Contract Documents 10 March 27,2007 April 9,2007 26 Project Construction Phase 27 Pre-Construction Meeting 1 April 10,2007 April 10,2007 ; 28 Pre-Construction Neighborhood Meeting 1 April 11,2007 April 11,2007 29 Perform Construction 37.6 wks April 12,2007 December 31,2007 VSII of E E. Lo E .2 to E U E Lu lo C� wIS E o m m rr o o .LM v E 0 14 21 . S of irIr gLLv o = o z I: & o S Q R olo . W . . . . W . . . . W . ig 'o o c4 14 lo mr oo 0 foE o w E EE E S g- �2 522 I o -6 E . 2 o E &m oE ' 0 j5 01o o 0 E'E E Z. - << wwo cq 16 m! co of o m O � a O' O m! oI n; ( o I m o� 0 0 M m g H m s U E 9 O w � U c s ■■■���///��' mi N ^ a - — - - - a ',a � > E 0 ami a sm .11 o o.= v o 0 m m N O C °m p 'E W 3 V a o a > E � o rn a m o N p > a E m c U w a LE• o m Z O1 s V E o JU o y a U c o m 6 m w C O s V m 0 '° °' +'° c a `° o c g U N o W m U m M o o g c c U 5 ¢ M ° m o � v r a` 0 om o m m m m m o m o m a o r n n n o r n r r n n n .GI ° N �' o 0 o m d °' - c F ' u`. F •° m t ° ti 'o 0 0 0 0 0 0 0 0 0 o m o o n +N N N O �Io N �. � 3 El t0 q' N n N n •- N N tG M �IM I G ° g .. w g m a o 0 w c y d U s 0 E �a L c c 'E t E n m a d •E ro o m E v c a>'i U o £ c a o.m m> ¢>v a Mm ¢"iv N`0 OE �E? s$a>i Ma0c2 Umia0En aoa ¢'ord cO°m aac •�aaw r po m ga m o Om a E s c ao o L " m m ro ? j io en $C1c Cc Mm U � m �w ` ,Ei � o 2 c E cU ° m ° c v ° o o 0 v v °E0 ° ' Ux o `¢ w az tj 0 E°° m = Z, o. ¢¢Q HI I mam I I ( I I wpm plm I to uMi m r m m (o v �° m m v v v v 1� I�n IN m h � MIm m co m m m o m m oI I0,30 I { I N of Bo L- ti w IL ek .•;y• @ CCS O •� � � C C IIS. C Ar fes. o o .� �ryT�aog -- •m•o'a m m�o a aQSa w � lV iV q z N z w w b o cq 0 0 � H a rc J J 3 II 3 O � { O '-I(r' d N � � V 4`-FF---: N tWLLL� H a •m•o a o� Y ,O I Page 1 of 2 Citi of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/3/2006 DATE: Thursday, August 03, 2006 LOG NAME: 30CLFBLVD-C&B REFERENCE NO.: **C-21593 SUBJECT: Authorize Execution of an Engineering Agreement with Carter & Burgess, Inc., for Stonegate Boulevard and an Unnamed Connector to SH-121 (Southwest Parkway) (City Project No. 00107) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an Engineering Agreement with Carter & Burgess, Inc., in the amount of $526,290.00 for paving and storm drain improvements on Stonegate Boulevard (from Bryant Irvin Road to west bank of the Clear Fork of the Trinity River) and an unnamed connector(from SH-121 to Stonegate Boulevard). DISCUSSION: On December 7, 2004, (M&C C-20437 as amended on April 26, 2005, (M&C C-20685)) the City Council authorized an Infrastructure Development Agreement with Edwards Geren Limited (EGL) which required the City to fund and construct certain infrastructure related to the development of State Highway 121 (Southwest Parkway) subject to a final estimate prepared by the City and EGL. These infrastructure improvements provide for water, sewer, paving and drainage improvements as part of the construction of Stonegate Boulevard (from Hulen Street to Bryant Irvin Road), Arborlawn Drive (from International Plaza to Bryant Irvin Road) and Bellaire Drive (from current terminus to Arborlawn Drive). The improvements proposed in this agreement consist of paving and drainage improvements on Stonegate Boulevard and an unnamed connector to SH-121. Carter & Burgess, Inc., proposes to perform the necessary design work for the paving and drainage improvements for a lump sum fee of$526,290.00. City staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $37,000.00 is required for project management and design survey by the Engineering Department. As part of the agreement with EGL, the City escrowed funds for the design and construction of the identified improvements. Accordingly, after the award and execution of this agreement with Carter and Burgess, Inc., the City will withdraw the sum of $526,920.00 for the design of paving and drainage improvements on Stonegate Boulevard and an unnamed connector to SH-121. Carter & Burgess, Inc., are in compliance with the City's M/WBE Ordinance by committing to 13% M/WBE participation. The City's goal on the project is 13%. The project is located in COUNCIL DISTRICT 3, Mapsco 74 Z and 75 S, T, U, W, X. http://www.cfwnet.org/council_packet/Reports/mc_print.asp 8/4/2006 Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Southwest Parkway SH-121 Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C221 531200 303230010791 $150,717.00 Submitted for City Manager's Office b rte: Marc A. Ott (8476) Originating Department Head: A. Douglas Rademaker(6157) Additional Information Contact: A. Douglas Rademaker (6157) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 8/4/2006 i i