Loading...
HomeMy WebLinkAboutContract 35190�,;i"r�`�` v�����AF��'���� CITY OF FORT WORTH, TEXAS ' '�(�7P�l.i..s_4r`�'-��- �3� . `- - STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Dunaway Associates, L.P., (the "ENGINEER"), for a PROJECT generally described as: Storm Water Utility Project — Hammond Street Drainage Improvements and Hopkins Court Flume Reconstruction 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: Invoice and Payment The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. 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 services. �- :; i , .-__ �'.. : , _ � -� < � , Q�'j! ;;�!� L � LZ��;, I,�r.' �� � J U: `�'�':'���;'t•��Jl� ULL�1� ` � ORtGINAL 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. 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. E. Engineer's Personnel at Construction Site ENGINEERING AGREEMENT JANUARY 1, 2005 Page 2 of 21 (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 ceming 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; ENGINEERING AGREEMENT JANUARY 1, 2005 Page 3 of 21 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 /��S_'�,a In accord with City of Fort Worth Ordinance No. =�-33�0{�, 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. ENGINEERING AGREEMENT JANUARY 1, 2005 Page 4 of 21 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, 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 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. ENGINEER's 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 or $250,000 property damage $500,000 bodily injury per person per accident A commercial business auto policy shall provide coverage on "any auto", ENGINEERING AGREEMENT JANUARY 1, 2005 Page 5 of 21 defined as autos owned, hired and non-owned during the course of this project. Worker's Compensation Coverage A: statutory limits Coverage B: $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 Insurance shall be written on a project specific basis. The retroactive date shall be coincident with or prior to the date of this contract and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of this contract and for five (5) years following completion of the contract (Tail Coverage). An annual certificate of insurance shall be submitted to the City for each year following completion of this 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 according to items section K.(1) and K.(2) of 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 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. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such ENGINEERING AGREEMENT JANUARY 1, 2005 Page 6 of 21 insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (� 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. (j) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (k) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (I) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably eqUivalent insurance coverage as required for the ENGINEER. When subconsultants maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. 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. � ENGINEERING AGREEMENT JANUARY 1, 2005 Page 7 of 21 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 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 The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. ENGINEERING AGREEMENT JANUARY 1, 2005 Page 8 of 21 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. 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. (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. ENGINEERING AGREEMENT JANUARY 1, 2005 Page 9 of 21 (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 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. ENGINEERING AGREEMENT JANUARY 1, 2005 Page 10 of 21 (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. 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 final designs, drawings, specifications and documents shall be owned by the CITY. 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. ENGINEERING AGREEMENT JANUARY 1, 2005 Page 11 of 21 D. Termination (1) The CITY may terminate this agreement for its convenience on 30 days' written notice. Either the CITY or the ENGINEER for cause may terminate this AGREEMENT 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 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. F. 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). ENGINEERING AGREEMENT JANUARY 1, 2005 Page 12 of 21 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. 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 inediation 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. ENGINEERING AGREEMENT JANUARY 1, 2005 Page 13 of 21 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 during the term of this AGREEMENT 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. ENGINEERING AGREEMENT JANUARY 1, 2005 Page 14 of 21 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— Lo ation Map a of I � , 20�,. Executed this the y ATTEST: Marty He Irix City Secretary ���r�_ � _ .T._- Cor.t.racc _utk►o ' z�'t��?� ,�" �G-� _ -- . y_T�:�}- - - - - -� _—_ I, a. i:�. APPROVED AS AND LEGALIy`� ENGINEERING AGREEMENT JANUARY 1, 2005 Page 15 of 21 CITY OF FOf�T WORTH � By:" -!i 4%�` , - -' _ _� \ l � ~. Marc. .Ott � Assistant City Manager Approval Recommended ouglas Rademaker, PE Director, Engineering Department Dunawav Associates, L.P. ENGINEER ir-_-__ ��\ ��, I gy: -E��=� , F ) Na � �'oby K. Ford P.E. Title: Vice President � S _ 1��� i �'i�l ,. ✓ � f �� \.� � � 1: l5 �/ (... �. �L,/� � !';:+5" ::rc''��, l 'i ,(,a � h t '% ��� i'�'��!;i1,� ,� 17J�`II C;u�lif:.LL � � �2� V"' ,^ `''I� �I�j 1 �� •�i;.r���:i }. I� j'� � J;�4�Z� �a ._ _..._A�_.k 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) Geotechnicallnvestigations 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 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 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 ENGINEERING AGREEMENT JANUARY 1, 2005 Page 16 of 21 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 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. ENGINEERING AGREEMENT JANUARY 1, 2005 Page 17 of 21 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. ENGINEERING AGREEMENT JANUARY 1, 2005 Page 18 of 21 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 substitution 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. ENGINEERING AGREEMENT JANUARY 1, 2005 Page 19 of 21 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. ENGINEERING AGREEMENT JANUARY 1, 2005 Page 20 of 21 ENGINEERING AGREEMENT JANUARY 1, 2005 Page 21 of 21 EXHIBIT "A-8" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: STORM DRAIN CHANNEL 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 storm drain channel improvements for the following: HAMMOND STREET DRAINAGE IMPROVEMENTS AND HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 Upon receipt of notice-to-proceed, the ENGINEER will perform the following tasks: PART A - CONCEPTUAL DESIGN 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 ineeting, (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 EAS-1 proposed improvements with 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, drainage studies, FEMA floodplain and floodway maps, existing models for the project area (if any), 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 utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for 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 adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete 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. d. Subsurface Utility Engineering (SUE) (Hammond St. Project only) The scope of this proposal includes a Quality Level B(QL "B") SUE for Hammond Street only. This quality level of SUE as described in the ASCE Publication Cl/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) will include 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. The limits of the SUE survey extend along Timothy St starting at Spurgeon Street to the south and continuing north past Hammond street approximately 200 feet. The limits will also extend on Hammond St, starting at Timothy St and continuing east to Old Burleson Rd and then northeast across the adjacent car dealership approximately 350 feet. e. Utility Relocations (Hammond St. Project only) Design of water line adjustments to accommodate the new storm drain for the Hammond St. project is included in this scope of services. Design of any needed EA8-2 sanitary sewer improvements is not included as part of this scope of services. If requested, ENGINEER will submit a separate proposal to prepare sanitary sewer construction documents. 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 (Hammond St. Project only) Surveys for Design ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location and elevations buried utilities, structures, and other features that would affect proposed construction. ENGINEER shall establish survey control or a suitable reference base line on the ground and obtain complete and accurate cross section data at a maximum of 50 foot intervals and at major grade breaks. 2. Drainage Computation 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 per new iSWM criteria. 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 per new iSWM criteria 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 standards. For Hammond Street, analysis will terminate at the downstream tie-in point in the west side of TXDOT IH-35W ROW. EA8-3 For Hopkins Ct., capacity analysis will terminate at the downstream tie-in point at the intersection of Fletcher and Lisbon. Desiqn of any needed improvements to the Hopkins Ct flume is not included as part of this scope of services. If requested, ENGINEER will submit a separate proposal to prepare construction documents for improvements to the Hopkins Ct. flume. 3. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 45 days after Notice to Proceed Letter is issued. b. The ENGINEER shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary easement needs and cost estimates for the ENGINEER's recommended plan. c. The ENGINEER shall also submit a brief letter report outlining the findings of the hydraulic study and recommendations ENGINEER shall advise City on the need for additional permits or licenses which may be required. 4. Preliminary Construction Plans Upon approval of Part B, Section 3, ENGINEER will prepare preliminary construction plans as follows: a. Geotechnical investigation (if approved by the CITY) to include the following; Soil borings of sufficient quantity for geotechnical analysis to determine depth to rock and design parameters. Bore holes should be tied to horizontal and vertical datum. Laboratory analysis Report of field and laboratory data to include analysis of results and recommendations defining culvert and channel design parameters. EA8-4 b. Drainage calculations and hydraulic computations. c. Preliminary project plans and profile sheets which will show the following; Existing storm drain or channel centerline, existing left and right top of channel bank, existing utility crossings and existing right-of-way/easement. Proposed top of channel backs, channel flowline (existing and proposed), 100 year water surface profile along with water and sanitary sewer line adjustments to accommodate the proposed channel improvements. Culvert upgrades and roadway pavement replacement. Limits of right-of-way or easements and temporary construction easement. d. 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. e. 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. f. 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. g. Furnish as a function of final plans, six (6) copies of the final cross- sections on 22" x 34" sheets. Scale will be 1" = 20' horizontal and 1" = 2' vertical. Hydraulic computations and profiles of all storm drain outfalls into the channel shall be provided. EA8-5 5. Preliminary construction plan submittal a. Preliminary plans and specifications shall be submitted to City 60 after approval of Part B, Section 3. b. The ENGINEER shall deliver twenty (20) sets of preliminary construction plans and two (2) sets of specifications and contract documents to CITY for review and distribution to utility companies. Generally, plan sheets shall be organized as follows: Cover Sheet Drainage Area Map and Computations Plan & Profile Sheets Standard Construction Details Special Details (If applicable) c. 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. d. Public Meeting After the preliminary plans have been reviewed and approved by the City, ENGINEER shall prepare exhibits along with an invitation letter and attend public meeting to help explain the proposed project to residents. The CITY shall mail the invitation letters. e. 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. 6. Final Design and Final Review a. Final Construction Documents shall be submitted to CITY 30 days after approval of Part B, Section 5. EA8-6 Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each sheet shall be stamped, dated, and signed by the ENGINEER) and submit two (2) sets of plans and construction contract documents within 15 days of 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 plan submitted. PART C- PRE-CONSTRUCTION ASSISTANCE (Hammond St. Project only) 1. Administration a. Deliver Bid Documents The ENGINEER will make available for bidding, upon request by the CITY, up to forty (50) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. The ENGINEER will provide four (4) sets of all right-of-entry agreements and easements to the CITY for bidding purposes. b. Bidding Assistance The ENGINEER shall assist the CITY during phase including preparation and delivery of addenda to plan holders, responses to questions submitted to the 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 and submit four (4) copies of the bid tabulation. 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. EA8-7 ATTACHMENT "B" COMPENSATION AND SCHEDULE ENGINEERING DESIGN SERVICES ASSOCIATED WITH HAMMOND STREET DRAINAGE IMPROVEMENTS AND HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 Compensation A. The ENGINEER shall be compensated at a lump sum fee of $119,461 for Basic Services as summarized on Exhibit "B-3." Payment of the fee shall be considered full compensation for the services described in Exhibit "A-1"and "A-2" for all labor, materials, supplies, and equipment necessary to complete the project. B. Partial payment shall be made monthly as stipulated on Exhibit B-1 upon receipt of an invoice from the ENGINEER, prepared from the books and records of the ENGINEER. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. Payment according to statements will be subject to certification by the Director of Engineering Department or his authorized representative that such work has been performed. II. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 142 calendar days (Does not include City review time.) after the "Notice to Proceed" letter is issued. The Design Phase shall have a schedule as follows: Part A— Pre-engineering shall be completed 7 calendar days after City approval of Notice to Proceed. Part B— Concept plans shall be completed 45 calendar days after pre-design kick-off meeting. Preliminary plans, specifications, and contract documents shall be completed 60 calendar days after City approval of concept plans. Final plans, specifications, contract documents and cost estimate will be competed 30 calendar days after approval of Preliminary Plans. Part C— Bidding and award will be after the City's approval contract documents. B-1 04-2006041 _Attach m e ntB_06-0926_km c.doc completed an estimated 20 calendar days of Final Design plans, specifications and EXHIBIT "B-1" METHOD OF PAYMENT (SUPPLEMENT TO ATTACHMENT "B") ENGINEERING DESIGN SERVICES ASSOCIATED WITH HAMMOND STREET DRAINAGE IMPROVEMENTS AND HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 METHOD OF PAYMENTS The Engineer shall be paid in monthly partial payments as outlined below: A. The ENGINEER shall be paid in monthly payments upon the receipt of individual invoices for each partial payment request from the ENGINEER. B. Partial payments shall not exceed the equivalent of 30% of the total lump sum fee, until City approval of Exhibit A-1 and A-2, Part B, Section 1. C. Partial payments shall not exceed the equivalent to 60% of the total lump sum fee, until City approval of Exhibit A-1 and A-2, Part B, Section 2. D. Partial payments shall not exceed the equivalent to 90% of the total lump sum fee, until City approval of Exhibit A-1 and A-2, Part B, Section 3. E. The balance of the fee shall be payable after completion by the ENGINEER of Exhibit A-1 and A-2, Part C. PROGRESS REPORT The ENGINEER shall submit to the designated representative of Director of Department of Engineering monthly progress reports covering all phases of design by the 15th of every month in the format required by the City. If the ENGINEER determines in the course of making drawings and specifications that the construction cost estimate of $ 1,086,832 (as estimated in Exhibit "B-4") will be exceeded, whether by change in the scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the CITY's Director of the Engineering Department shall suspend all work hereunder. EB-1 04-2006041 AttachmentB_06-0926_kmc.doc EXHIBIT "B-2" HOURLY RATE SCHEDULE (SUPPLEMENT TO ATTACHMENT "B") ENGINEERING DESIGN SERVICES ASSOCIATED WITH HAMMOND STREET DRAINAGE IMPROVEMENTS AND HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 2006 Standard Rate Schedule* Employee Classification Rate/Hour (or Range) Administrative $55-$75 Cadd Technician $60-$80 Design Technician $80-$110 Department Director $110-$150 Design Engineer $70-$130 Project Manager $90-$130 Principal $150-$200 Special Consulting $225 Reimbursable Cost + 10% Mileage $0.45 Per Mile Reproduction work will be at current commercial rate. Subcontractors will be paid for at actual invoice cost plus ten percent (10%). *These rates are subject to adjustment after September 2006. E B-2 04-2006041 _Atta ch m e nt B_06-0926_k m c. do c EXHIBIT "B-3A" (SUPPLEMENT TO ATTACHMENT B) SUMMARY OF TOTAL PROJECT FEES ENGINEERING DESIGN SERVICES ASSOCIATED WITH HAMMOND STREET DRAINAGE IMPROVEMENTS AND HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 Consultinq firm Prime Responsibility Prime Consultant Dunaway Associates, L.P. Engineering & Project Management M/WBE Consultants: Gorrondona & Associates, Inc. Survey & SUE Trevino Engineering Support Services, LLC Reproduction Non-M/WBE Consultants: N!A N/A Total Fee Amount Prolect Description Scope of Service Engineering Services Storm Drainage Design & Study City's MWBE goal for this project 05-2006041_E�ibitB-3_KMC_06-0926.x1s EB-3A Total Fee $ 119,461 Fee Amount $ 95,652 $ $ 17, 361 6,448 $ - $ 119,461 M/WBE Fee $ 23,809 Percent 80% 15% 5% 0% 100% Percent 20% 20% EXHIBIT "B-3B" (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SERVICES FEE SUMMARY ENGINEERING DESIGN SERVICES ASSOCIATED WITH HAMMOND STREET DRAINAGE IMPROVEMENTS AND HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 STORM DRAINAGE IMPROVEMENTS (HAMMOND STREET) ENGINEERING DESIGN Opinion of Probable Construction Costs X Curve A X 85% $ 1,086,832 7.50% 85% SURVEY DESIGN REPRODUCTION ADDITIONAL SERVICES 10% FOR SUB SUBTOTAL CAPACITY ANALYSIS (HOPKINS CT.) ENGINEERING SURVEY DESIGN 10% FOR SUB SUBTOTAL GRAND TOTAL 05-2006041 ExhibitB-3_KMC_06-0926.�s E8-3B � 69,286 $ 15,953 $ 7,159 $ 18,275 $ 2,240 $ 112,912 $ 5,000 $ 1,408 $ 141 $ 6,549 119,461 EXHIBIT "B-3C" (SUPPLEMENT TO ATTACHMENT B) TOTAL FEE SUMMARY & DESIGN FEE BREAKDOWN ENGINEERING DESIGN SERVICES ASSOCIATED WITH HAMMOND STREET DRAINAGE IMPROVEMENTS AND HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 A SUMMARY OF TOTAL FEE (HAMMOND STREET) Service Descri tion Design Services Total Engineering Services $ 78,684 $ 78,684 Additional Services $ �8,2�5 $ 18,2�5 Surveying Fee $ 15,953 $ 15,953 Total $ 112,912 $ 112,912 B BREAKDOWN OF DESIGN FEES (Less 5urvey Fees) 1 Total Storm Drain Desiqn Fee (less Survev Fees) Breakdown bv Concept Preliminarv and Final Desiqn a. Concept (30%) _(Total Design Fee -Survey Fees) X(0.3) _ $ 29,�$$ b. Preliminary (60%) _(Total Design Fee - Survey Fees) X(0.6) _ $ 58,176 c. Final (10%) _(Total Design Fee - Survey Fees) X(0.1) _ $ 9,696 C SUMMARY OF TOTAL FEE (HOPKINS CT) Service Descri tion Desi n Services Total Engineering Services $ 5,141 $ 5,141 Surveying Fee � 1,408 $ 1,408 Total $ 6,549 $ 6,549 D BREAKDOWN OF DESIGN FEES (Less Survey Fees) 1 Total Storm Drain Desiqn Fee (less Survev Fees) Breakdown bv Concept Preliminarv and Final Desiqn a. Concept (30%) _(Total Design Fee -Survey Fees) X(0.3) _ b. Preliminary (60%) _(Total Design Fee - Survey Fees) X(0.6) _ c. Final (10%) _(Total Design Fee - Survey Fees) X(0.1) _ 05-2006041 Exhibit8-3 KMC 06-0926.x1s EB-3C 1,542 3,084 514 EXHIBIT "B-3D" (SUPPLEMENT TO ATTACHMENT B) FEES FOR SURVEYING SERVICES ENGINEERING DESIGN SERVICES ASSOCIATED WITH HAMMOND STREET DRAINAGE IMPROVEMENTS AND HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 Hammond Street i) Topographic Survey ii) SUE (Level "B") Hopkins Ct i) Topographic Survey Survey Services Total 05-2006041 ExhibitB-3 KMC 06-0926.x1s EB-3D 2,650 LF x $ 3.52 2,650 LF x $ 2.50 400 LF x $ 3.52 $ 9, 328 $ 6,625 $ 15,953 $ 1,408 $ 1,408 $ 17,361 EXHIBIT "B-3E" (SUPPLEMENT TO ATTACHMENT B) FEES FOR REPRODUCTION SERVICES (HAMMOND STREET) ENGINEERING DESIGN SERVICES ASSOCIATED WITH HAMMOND STREET DRAINAGE IMPROVEMENTS AND HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 1 Concept Reports — Plans ($2.20/sheet x sheets/set) 2 Preliminary Design — * Plans ($2.20/sheet x sheets/set) * Specs ($0.25/page x pages/report) 3 Final Design — Plans ($2.20/sheet x sheets/set) Specs ($0.25/page x pages/report) 4 Bid Advertisement - * Plans ($2.20/sheet x sheets/set) * 5pecs ($0.25/page x pages/report) 5 Final Mylars * Plans ($15.20/sheet x sheets/set) 6 Public Meeting Mounted Exhibits ($35.00/sheet x sheets/set) SETS $/SHEET SHEETS TOTAL 4 $ 2.20 12 $ 105.60 15 $ 2.20 12 $ 396.00 2 $ 0.25 350 $ 175.00 5 $ 2.20 12 $ 132.00 5 $ 0.25 350 $ 437.50 50 $ 2.20 12 $ 1,320.00 50 $ 025 350 $ 4,375.00 1 $ 15.20 12 $ 182.40 1 $ 35.00 1 $ 35.00 Reproduction Seroices Total $ 7,159 Note: MWBE Reproduction represented by asterisk 05-2006041 ExhibitB-3 KMC 06-0926.x1s EB-3E EXHIBIT "B-3F" (SUPPLEMENT TO ATTACHMENT B) FEES FOR ADDITIONAL SERVICES (HAMMOND STREET) ENGINEERING DESIGN SERVICES ASSOCIATED WITH HAMMOND STREET DRAINAGE IMPROVEMENTS AND HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 General Additional Services: SWPPP Erosion Control Plan Pre-Design Coordination meeting Kick-Off ineeting Preliminary Submittal meeting Neighborhood meeting Final Engineering Submittal meeting Monthly Reports Bid Assistance Pre-construction meeting Public meetings (Two meetings) SUBTOTAL Transportation & Public Works Additional Services TROE (up to 1 Lot) TXDOT Permit (Hammond StreeUlH-35W) SUBTOTAL TOTAL FOR ADDITIONAL SERVICES 05-2006041_ExhibitB-3_KMC_06-0926.x1s EB-3F $ 3,000.00 $ 2,000.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 1,200.00 $ 2, 500.00 $ 500.00 $ 1,500.00 $ 13,200.00 75.00 5, 000.00 5,075.00 18,275.00 EXHIBIT "B-4-D" (SUPPLEMENT TO ATTACHMENT B) OPINION OF PROBABLE CONSTRUCTION COSTS - Hammond Street ENGINEERING DESIGN SERVICES ASSOCIATED WITH HAMMOND STREET STORM DRAINAGE IMPROVEMENTS, HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 SUBTOTAL $ 988,�2g 10°/ CONTINGENCY $ 98,803 TOTAL $ 1,086,832 06-2006041 Exhibt B-4 OPCC 06-0926.x15 EB-4-D ATTACHMENT "C' AMENDMENTS TO STANDARD CONTRACT AND GENERAL SCOPE OF SERVICES ENGINEERING DESIGN SERVICES ASSOCIATED WITH HAMMOND STREET DRAINAGE IMPROVEMENTS, HOPKINS COURT FLUME CAPACITY ASSESSMENT City Project No. 00488 DOE No. 5428 • Pre-Bid meetings are not included as a part of this contract. • Site Visits are not included as a part of this contract. C-1 07-2006041 Attachment-C_KMC_06-0926.doc �; _� , , . __. � �, ! ; Q, , , _' � �� �.— � _ � . i.__ j..... T _ N . ...._. �7 ....._ . i I ca ; : � : �. �. � �� . M � �� t ; : ; ' . _._' -.... _ ... . _ .._ . � '..._ F � . . . � ;. . . ....___ _..__..' _ , ..__. ' i �� .. ,._.. ....._. ... ,- _ z , � � : � : � ''. : : . , � � , ; : :' . . : : _ . ,.. s d' N wQ� : �. ____ _.._ _ . _ . _ _ . _._... � ...._ .... - : . @I � I �I __. ..._ ...,-. , ,__.... _ ..._ . _._ ..._ . . __ � . .� ..___ .. (n � I �I : i : .: : ; I` N : a- .., N ; Q �.,� . .; _ _ ....___. ' _.._ _... _ . ...._. ..__ . . _ .. _ ; N , N - _...... I __:.... . ;_ __ .. . ' . ._�.. . � � O . _..._ . ;.... ..� ; f- t ol �I � ... -' . . � ; � .. - � � N �� r _ , _ . _ ___._._ _.._. . __..._. _ ., ...._ ..._... � �' ' � i _ ..... _ .. _. .._._._ � — i I UI - ..._. ._ . . ' N .�.� �..._ U I :� �� ; � : : : : : N I p : :... .. __ .._..__ � N ' __ ___..... _ ......... �......_. _. .__.__..: . Q ' _._ . . . . "N "O. ' -� .. N . �- � >� ._._. , i : ! tt �p c- � N ! r. �. Q : . : i : : ; , _ ' � i�- Z: . : ' _ � .. _. _.._._.. O � � N (i _ _ __ � -. , � o - _`° _ _ _ _ _ w o. � ` ;. _._. J i _ Q ..._. .._ ., . N� ..� � N � LL 1 (O . :.. . ..:.. .:.... ...'. ... .. ._. N . .. �. _ .. .. -. ... _ _ _ ___. M ♦ N � _ ._._ _... . . ... F- . Q' : : � : . � ;, =I ` : . : � �.�. � i : : ' . ' __. � _ .... .. _ _ _ ' . . .. . ...._._ , �Qi : ...._ . _ _.,. ._.....__ .. ___. ,.__... •.:.=. _ _. � �I � � � � : N � � � .. . _ . . . _..... M CO U0 I ' � : . �A.._. � � _ _ � . !_ . .,... ___... ... ._.. C z I = N _ '_ . Y I � . .. - . N --' -- i � - . � � � � � -- - - . _ j— _ , ... ._._ _�.._ . . - ; N �-- N � � . n : . . . : ; ; M lD M � - � Q ... . � . _ .� lf1 , .......__ ♦ � . ...._ ..._. . . . . .. ... _._ _ �, � .. ,... _:__ ,.. - , � . Z 1 I�ol ',n N : N M i W__ .. ...._ __ . .__. � I� .__,- . _._ N .N . N.._.�.« .M .. �. W � I a7i � ..� y _ ___. i a � : _:r ,. _ ..< ._. a_.... _ , ._ _ _ �- � 'I o!.�- .. ..._ � .._ , . cn , . . . ( �; : : �. : :r � : G � � ' o� (0 : fV �.♦ CO N ` a � -:... N ..'_. ..:..._. . __.. _ .... . _ _ . .. _ _ .. � � I NI I ._.... N ...._ . .. _ __ 0 � I'-T'�� . . . . : ; - � ; _ F-- ; �I � : ._ _ _ _ �___ .. Z w i , _ N wC9 I io� � ,c� € , ! � Q ; Z.._..__; o .___... ..:_. ; �- _ _ _ . � . _ _ - - - - --- - -- = z U ;� i : i I I ' l U Q i O ' � ' i - �--- i ' -..._ _...- - -- ------ ---- -_._.i_.._...._ __._i_..-_i_..__-'--'----'-.._.._ Q 2' � .. ! : : --- --'- - --��--�--- -- -i--'-----._�._._..�.. � t . - . � --- � - �-=-'---'.___.. � a. i ': L i � Q �j m '� i r ! i : I i 1 ' i 1 1 , Q� � I � i_� _ � ` � . � ,�,�,� _. ' .,., � ., .. ! _... � _., �., _ .. � .� _.. . ....,. w ; , ma.,...,, . . ... ..,� � � � ... ._,. ; w= , .... I. ` � � �Q r � � �`� � �'r � h ��r n�� r'� � � n r r r� 'r � �.� ro w o0 0� � io 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0'o 0 0 0 0 0 0 0 0 0 Q r M V' � �f7 C.O u) CO OJ O N M M V' � � N CO CO ` 1� W h I� W Q� M N N � r N M N � N N 0 � N N � T N N N N O � �� � rp .-N- � .- � N � N M M (O .- 00 a0 _ O �. O _ r � � c�- _ N �t7 @ _ _ ] _ � ._ ,_ � � � , � . . � � � L.L LL '_ 7 '- L L.L .0 LL L L.L L.L L � lL L LL L L.L L LL L LL I- F- L.L LL LL � I LL L LL � F- i- � i"' � � �, Q F" _ _ � . _ .. . . . . . ____ . ___ _ __ _ __-__ ' _ ' . _. . . .._ _ ... F-- ' fA N N Vl tq N tp Ul � N fn tn � N Vl ' N � N N . tq fp �. N . N N �. N N N t/1 N Vl � T T T T T T � T T T >+ T T �� T T � T T '�. T T ' T T T ���. T T T � T T T T � C I (0 (9 f6 (9 N @ (0 (0 f6 ((1 (0 � (6 � (4 N fa (6 '�. (0 N '�. (6 (6 f6 (6 (0 N f0 f6 f6 (0 B � a -o -o �o -o -a �o -o -a �o -o -o -o -o -a 'a -o -o -o a �o �a �o -o v -a v -o 0 ia o o u� o 0 0 �n o 0 0 0 0 �ri ' o o j o u� o' o o �n o �n o o � � � LLJ I c1 V M � M cD M . . M �i ., �� M � � Q � I U' . . _.. . _. . _. -,__. ._._.____ �._. .. __. . . . -._ _ .. . � I � � Q � m W � c U � > � a� � i w � � � I � -O . ca N N N - �� ..N� � O � �. c9 i @ E o � w � � a�i �i �' � L �' z z E o c:a n �I� r� a� !o m ` � ° U a � � � t� c� m 'a� � L c v� g c w� rn U �` 'n ' o c�6.� E,� � rn ' o o u m a� � � o � c � _ c o E m o �a� °' � 2 �� z >. cn @ •� N •- a� ro a� U N N � @ a ❑ z E U N ` C� I! -� � m � � ' 7 � • � m � c�o � � � o � o o � o �n a� � a � � U o a E D � a, y a� •@ -o � � � � z � � cn a -a w a :- a � �o , c �u �� o w � �° � � cn 3 0 0 � a� cn � 3 a� a � 3 �', n. a E w � 3 0 2 2 � 3' U � n- L � a� r � c � � ia o °� a� a� p Q U. in in � � � E Q. (`') C d, (� V/ •> .� .'] ll.. N N �, N (� — � C C � N � � ' ° � � '° �� � N o `-° ;c a� o . a� . ' ia C :C m '� = o o E Z � m � d � L � '� Q a. � � a, E � � � :� � � U c � U U a� E � Y g o o_ o� `o o � � `o � � .n ' ` > � � x3 ' � a� � a� m o > � o o � o y •� � � � o m o � � -o �o o- o x m �--. z V- a c, cU z Q cn S cn ii U 5 v> U' c� U Q ¢ O � U w' a a � cn a O N M � LL'7 (O I� a0 6> O N C�7 d' � (O h o0 � I.-- N CJ d' I�(7 �D r � � .-- r � r r � c- r r .- N N N N N N N N N � � d DRAINAGE IMPROVEMENTS HOPKINS COURT HAMMOND STREET (TIMOTHY TO IH-35W) COUNCIL DISTRICT 9 MAPSCO 91 J,K & 75 Q ATTACHMENT E-1 � Dunaway Engineers N, T, S. I Planners T 7� Surveyors Associates, L.r . LandscepeArchitecfs 1501 lAerrimac CIrGe, Sulte 100, FoA Wor�h, TX 76107 Tel; (877) 335-1121, Fex: (817) 3357437 �ORTWORTH ATTACHMENT E-2 HAMMOND STREET (FROM TIMOTHY TO IH-35W DRAINAGEIMPROVEMENTS MAPSCO 91 J,K COUNCIL DISTRICT 9 � Dunawa� I Eng�neere Planners T Surveyore Associates, L. Lendsrape Archilects 1501 MeMmec Clyde, Sulte 100, Fort Worth, TX 76'107 Tel: (817) 3351121, Fax: (877) 3357437 l�l EXISTING WATERLINE EXISTING SANITARY SEWER �ORT WORTH �oa o soo soo SCALE: 1"-900' PROPOSED STORM DRAIN HOPKINS COURT FLUME RECONSTRUCTION MAPSCO 75Q COUNCIL DISTRICT 9 � Dunaway I Enginears Planners T D Surveyors Associates, L.i . �-andscape.4rchiiecls 1501 Merrimac Clyde, Sul(e 100, Fod Worih, TX 78107 Tal: (817) 3351121, F�: (817) 335�7437 ATI"ACHMENT E-3 FORTWORTH ,00 o ,00 zoo GRAPHIC SCALE IN FEE7 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/6/2007 - Ordinance No. 17428-03-2007 DATE: Tuesday, March 06, 2007 LOG NAME: 30HAMMOND00488 REFERENCE NO.: **C-21995 SUBJECT: Authorize Execution of an Engineering Agreement with Dunaway Associates, L.P., for Hammond Street Drainage Improvements and Hopkins Court Flume Reconstruction (Project No. 00488) and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $169,144.00 from the Storm Water Operating Fund to the Storm Water Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Storm Water Capital Projects Fund in the amount of $169,144.00; and 3. Authorize the City Manager to execute an engineering agreement with Dunaway Associates, L.P., the amount of $119,461.00 for Hammond Street Drainage Improvements and Hopkins Court Flume Reconstruction. DISCUSSION: The Storm Water Management Program was established to prevent flooding in Fort Worth, preserve streams, minimize water pollution and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements. This will be accomplished by constructing infrastructure improvements, system maintenance, master planning, enhanced development review, and increased public education and outreach. The scope of the project includes the design of storm drainage improvements on Hammond Street and Hopkins Court. Dunaway Associates, L.P., proposes to perform the necessary design work for a lump sum fee of $119,461.00. City Staff considers this to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $49,683.00 is required by the Engineering Department for project management. M/WBE-Dunaway Associates, L.P., is in compliance with the City's M/WBE ordinance by committing to 20 percent M/WBE participation. The City's goal on the project is 20 percent. This project is located in COUNCIL DISTRICT 9, Mapsco, 91J and 75Q. Logname: 30HAMMOND00488 Page 1 of 2 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations and adoption of attached appropriation ordinance, funds will be available in the current capital budget as appropriated, of the Storm Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2)P228 472069 2092800488ZZ $169144.00 1)PE69 538070 0209202 2)P228 531350 209280048810 2)P228 531350 209280048820 2)P228 531200 209280048831 2)P228 531350 209280048831 � P228 531200 209280048832 2)P228 531350 209280048832 2)P228 531200 209280048833 2)P228 531350 209280048833 � P228 531200 209280048851 2)P228 531350 209280048860 2)P228 531350 209280048881 $7.800.00 3)P228 531200 209280048831 $10 033.00 3)P228 531200 209280048832 $30,630.00 3)P228 531200 209280048833 4 875.00 3)P228 531200 209280048851 $61,260.00 $16,250.00 $10,210.00 8 125.00 $17,361.00 1 300.00 1 300.00 Submitted for City Manager's Office bv: Marc Ott (8476) Originating Department Head: Douglas Rademaker (6157) Additional Information Contact: Dena Johnson (7866) $169,144.00 $30 630.00 $61,260.00 $10 210.00 $17,361.00 Logname: 30HAMMOND00488 Page 2 of 2