Loading...
HomeMy WebLinkAboutContract 37391CITY SECRETARY CONTRACwT I'JO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Freese & Nichols, Inc., (the "ENGINEER"), for a PROJECT generally described as: Storm Water Utility Project — East Harvey Avenue Storm Drain System and Burchill Channel 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 GINEER shall have no liability to CITY for delays or damages caused the OFFICIAL RECOF because of such suspension of services. ``ITy*KR Fffi AGREEMENT (REV 10/06/05) Ff. WORTH, TX � ORIGINAL 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. STANDARD ENGINEERING OFFICIAL RECORD 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 on4te 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 pro,pedu cet STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 3 of 20 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business 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. STANDARD ENGINEERING AGREEMENT (REV 10/06105) Page 4 of 20 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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 certificates) 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 $5001000 Bodily Injury per person per occurrence STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 5 of 20 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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. 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 $11000,000 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. STANDARD ENGINEERING AGREEMENT (REV 10/06l05) Page 6 of 20 OFFICIAL RECORD CITY SECRETARY T. WORTH, TX (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. (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. Q) 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. (I) 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. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 7 of 20 OFFICIAL RECORD CITY SECRETARY FT: WORTH, TX 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 Willi 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX STANDARD ENGINEERING AGREEMENT (REV 10/06/O5) Page 8 of 20 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 Is services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos=onta1heTTojert7 STANDARD ENGINEERING AGREEMENT (REV 10/06/O5) Page 9 of 20 OFFICIAL. RECORD CITY SECRETARY FT. WORTH, TX 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. 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 STANDARD ENGINEERING AGREEMENT (REV 10/06l05) Page 10 of 20 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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 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. OFFICIAL RECORD STANDARD ENGINEERING AGREEMENT (REV 10/06/05) CITY SECRETARY Page 11 of 20 FT. WORTH, TX (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). G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. STANDARD ENGINEERING AGREEMENT (REV 10/06/O5) Page 12 of 20 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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 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 attorneys 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. I:4 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 fo an STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 13 of 20 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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. STANDARD ENGINEERING AGREEMENT (REV 10/06/OS) Page 14 of 20 OFFICIAL RECORD' CITY SECRETARY �T. WORTH, TX Article vii Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A -Scope of Services Attachment B — Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map ,c. Executed this the day of , 2008. ATTEST: Marty Hendrix City Secretary Contract authorizatiom I 1 012 Ira= APPROVEJa7AS TO FOI�IVI�4ND LEGALITY Assistant Cyffi At�6rney STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 15 of 20 CITY OF FORT WORTH Fernando Costa Assistant City Manager APP VAL RECOMMENDED /-- -� A. Douglas Rademaker, P.E. Director, Engineering Department Freese &Nichols, Inc. ENGINEER By: NAME: TITLE: Group Manager OFFICIAL RECORD CITY SECRETARY FT, WORTH, TX ATTACHMENT "A" General Scope of be, "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 facilk ties/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 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 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 ays, a mutually agreeable and reasonable time extension shall be neg i�POiCIAL RECORD STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 16 of 20 CITY SECRETARY FT. WORTH, TX 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 pI oposed 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. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 17 of 20 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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. STANDARD ENGINEERING AGREEMENT (REV 10/06/OS) Page 18 of 20 OFFICIAL RECORD CITY SECRETARY T. WORTH, TX 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 during its construction and will set control points in th stake the project. The setting of line and grade stakes will be performed by the City. 22) Site Visits concerning the layout of the project field to allow City survey crews to and route inspection of construction 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. STANDARD ENGINEERING AGREEMENT (REV 10/06/O5) Page 19 of 20 OFFICIAL RECORD CITY SECRETARY FT. WORTH, U 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. STANDARD ENGINEERING AGREEMENT (REV 10l06l05) Page 20 of 20 OFFICIAL RECORD CITY SECRETARY T. WORTH, TX EXHIBIT "A-1" (SUPPLEMENTAL SCOPE OF SERVICES) PROFESSIONAL SERVICES: FUTURE STORM DRAIN IMPROVEMENTS AT EAST HARVEY AVENUE STORM DRAIN SYSTEM AND BURCHILL CHANNEL CITY PROJECT NO. 00477 The following is a clarcation of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes the preparation of a drainage study and design for the project areas described below and shown graphically on Attachments E-1 and E-2. The project areas are shown on Attachments E-1 and E-2 and include the East Harvey storm drain system and Burchill Channel. The drainage basin for the Harvey system is generally bounded by New York on the east, Davis on the north, Evans on the west, and Powell on the south. The existing East Harvey system will be replaced with a new system and tie into the existing Davis system. The Burchill Channel will be studied from the Vaughn Street outfall to the channel confluence with Sycamore Creek. Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: A. Perform engineering design to replace the old and undersized system that drains parts of Powell and East Harvey to the storm drain main along Davis. B. Perform hydrologic modeling of the Burchill Channel watershed to determine runoff generated at key design points during the design storms (one -percent, ten - percent and fifty -percent events). Perform hydraulic modeling of the 1.6 miles of stream for Burchill Channel (approximately 1.3 square mile watershed) within the study limits shown to document system capacity, amount of surcharge, and (to the extent practical) overland flow of runoff during design storms. Validate models with available historic flooding information. Evaluate alternatives for improvements, including phasing, and estimated project costs. Develop a recommended improvement plan. These tasks are more particularly described in the parts presented herein: PART A —East Harvey Avenue Storm Drain Design 1. Data Collection, Field Visits, and Survey The data collected for this project includes existing information CITY in the form of studies, maps, engineering construction plc files as well as information generated in the field specifically for thi a. Obtain digital aerial photography, 24t topography, and existi infrastructure from CITY, latest editions. possessed by 1�f�lAL RECORD CITY SECRETARY s FT. N, TX Exhibit A-1-1 b. Obtain latest available topographic, zoning, land use and thoroughfare plan information within the study limits from CITY. c. Obtain "As- Built" plans for streets and storm drains within the identified study area. d. Prepare abase map for the study area. e. Perform up to two (2) engineering field visits to the study area and document with photographs and sketches showing storm drainage infrastructure and above ground features. f. Conduct design survey to include existing inlets and proposed alignment. ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information which will be needed for use by the 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 buried utilities, structures, and other features relevant to the final plan sheets. Level B SUE will be performed. The proposed tie location will be video inspected. g. It is not anticipated that residential notification will be necessary for field surveys on this project. However, if resident notification is required, maikouts will be prepared for approval by the CITY. The mail out shall be on company letter head and shall include the project name, study limits, DOE project no., brief description of the project, and consultant's project manager name and telephone number. 2. Conceptual Design In Conceptual plans (30%) shall be submitted to the City 50 days after Notice to Proceed Letter is issued. b. The ENGINEER shall perform conceptual design of the proposed improvements and furnish (4) copies of the concept engineering plans which includes layouts, preliminary right-of-way needs and cost estimates for the ENGINEER'S recommended plan. 3. Preliminary Design Upon approval of the Conceptual Design, ENGINEER will prepare preliminary construction plans as follows: a. Preliminary plans (60%) and profile sheets on 22" x 34" sheets which show the following: Proposed storm drain plan/profile and recommended pipe size, manholes etc., related appurtenances and all pertinent information needed to construct the project. Exhibit A-1-2 b. The ENGINEER will consult with the City's 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. c. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. d. The ENGINEER shall deliver a minimum of 14 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. e. Preliminary plans and specifications shall be submitted to City 50 days after approval of conceptual plans. f. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) sets of specifications and contract documents to CITY for review. Generally, plan sheets shall be organized as follows. Cover Sheet General Notes/Legend Easement layout (if applicable) Abandonment Plan & Profile Sheets Standard Construction Details Special Details (If applicable) g. 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. h. 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. i. After the preliminary plans have been reviewed and approved by the City, the ENGINEER shall prepare project exhibits, provide the CITY with the database listing the names and addresses of all residents and business to be affected by the proposed project, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. Final Design a. 90% Construction Documents shall be submitted to CITY 50 days after approval of Preliminary Design. Exhibit A-1-3 b. Following CITY approval of the 90% plans, 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 25 days of CITY's final approval. Plan sets shall be used for pre - construction activities. c. The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. d. The ENGINEER shall submit a final set of Iylar drawings for record. Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file and shall be submitted on one (1) Compact Disk, which will become property of and remain with the City of Fort Worth, 5. Pre -Construction Assistance a. The CITY intends to use Buzzaw to make plans available for distribution to potential bidders. No additional sets of plans and specifications are to be provided by ENGINEER for potential bidders. b. 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. c. 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. PART B — Burchill Channel Improvements The data collected for this project includes existing information possessed by CITY in the form of studies, maps, engineering construction plansand digital files as well as information generated in the field specifically for this project. , 1. Data Collection a. Obtain digital aerial photography, 2-ft topography, and existing storm drain infrastructure from CITY, latest editions. Exhibit A-1-4 b. Obtain latest available topographic, zoning, land use and thoroughfare plan information within the study limits from CITY. c. Obtain "As- Built" plans for streets and storm drains within the identified study area. d. Obtain "As -Built" plans for culvert and bridge crossings and channel improvements along our stream study limits from CITY. e. Prepare a base map for the study area. 2. Field Visits and Survey a. Perform up to two (2) engineering field visits and document with photographs and sketches showing storm drainage infrastructure and above ground features. b. During field visits to stream study limits, take note of factors affecting stream hydraulics. FNI will field verify modeling parameters such as drainage divides, land use, road crossings and Manning's roughness coefficients (i.e., "n- values"), existing flooding and erosion locations, condition of pipe outfalls and potential structural improvement locations. c. Bridges and culverts will be verified during engineering field visits against available plans. d. Conduct field surveys of up to seven (7) channel/road crossing and seven (7) channel cross sections. FNI will conduct additional surveys of cross -sections and structural configurations of outfall channels to determine downstream tailwater effects to determine potential flooded structures on an as needed basis pending authorization of additional services by the CITY. e. Conduct environmental services including wetland delineations, evaluate the impacts on proposed improvements and determine necessary permit requirements. f. It is not anticipated that residential notification will be necessary for field surveys on this project. However, if resident notification is required, mail -outs will be prepared for approval by the CITY. The mail out shall be on company letter head and shall include the project name, study limits, DOE project no., brief description of the project, and consultant's project manager name and telephone number. 3. Hydrologic Analysis Exhibit A-1-5 Study discharges will be obtained for a range of return events, including the 1-, 10-, and 50-percent chance storms, assuming fully -developed watershed conditions. Models for open channel analysis will be performed using HEC-HMS and HEC-RAS, utilizing GIS pre- and post -processing tools. All calculations will be consistent with criteria in the City of Fort Worth Storm Water Management Design Manual, March 2006 edition. a. Prepare drainage area maps for both study locations at a 1" = 200' scale from available contour maps. b. Delineate sub -watersheds as necessary to analyze existing drainage patterns within the study area, as well as to identify and define proposed improvements. c. Obtain hydrologic parameters for each sub -watershed including precipitation data, time of concentration, and land use category. d. Create afully-developed hydrologic condition land use map based on aerial photography and the City's land use/zoning maps. e. Prepare and execute HMS hydrologic models for Burchill channel to obtain 10-, 50-, 100- and 500 year return event discharges for use in hydraulic modeling. 4. Existing Conditions Hydraulic Analysis a. Prepare an existing conditions hydraulic models) of open channel reaches using HEC-RAS as appropriate. b. For Burchill channel, map existing conditions floodplain. Document roadway overtopping depth, if any, and return event that can be passed under each crossing without roadway overtopping. Prepare and estimate approximate number of homes inundated by 100-year discharges based on 2400t contour topographic information provided by CITY. Any finished floor surveys that need to be obtained can be obtained on an as -needed basis pending authorization of additional services by CITY. 5. Improvement Plan a. Following completion of existing conditions analysis, coordinate with City staff to assist in the development of up to two (2) alternative solutions. Formulate conceptual alternative solutions to address channel improvements using CITY two -foot topographic data to generate grades. For Burchill Channel, roadway crossings, increased channel capacity, and possible detention locations will be considered as needed to meet CITY criteria. b. Prepare proposed conditions computer models for each alternative solution, Exhibit A-1-6 including any interim and/or multi -phased solutions. c. Develop a cost-effective analysis for each alternative based on estimates of approximate flood damage benefits and probable project (design and construction) costs, with consideration given to easement and right-of-way acquisition and utility relocation requirements. 6. Project Coordination a. Conduct up to four (4) project status meetings with CITY. Meetings shall be used to update CITY as to status of project and to determine CITY preference in recommended improvement options. b. Conduct up to two (2) site visits with CITY, upon CITY request. c. In coordination with CITY, conduct one (1) public involvement meeting to supply project information, goals and schedule to the surrounding residential community. ENGINEER will prepare up to two (2) graphical exhibits for use in public presentations. Up to two (2) revisions will be made to graphical exhibits based on CITY comments prior to public meetings. d. Prepare monthly updates for OWNER identifying what work was accomplished, what items are due in the next month and what outstanding issues need immediate attention. e. Due to the nature of this study, additional services may be required as the study progresses. These services shall be agreed upon by both City and Consultant and shall be authorized only by written approval by the City. 7. Report Prepare a final memo conceptual report containing exhibits of existing conditions and proposed alternatives, opinion of probable costs. Improvement plan shall include proposed prioritization, phasing and a summary of project costs. Deliverables shall include five (3) hard copies. Electronic deliverables shall include the final report, alternatives models, and GIS mapping of recommended improvement plan showing preliminary alignment and sizing. Exhibit A-1-7 ATTACHMENT "B" I. Compensation A. The Engineer shall be compensated a total lump sum fee of $197,077 as summarized in Exhibit "&3". Payment of the total lump sum fee shall be considered full compensation for the services described in Attachment "A" and for all labor materials, supplies, and equipment necessary to complete the project. All permitting, application and similar fees will be paid directly by the City. B. The Engineer shall be paid in four partial payments as described in Exhibit "B-1 Section 1 — Method of Payment. C. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an office of the Engineer. II. Schedule (Working Days) — Refer to Attachment D for the complete schedule. Part A. Harvey Storm Drain Desgin A. Concept plans shall be submitted within 50 working days after the "Notice to Proceed" letter is issued. B. Preliminary plans shall be submitted within 50 working days after approval of the concept plans. C. Final plans shall be submitted with 50 working days after approval of the preliminary plans. Part B. Burchill Channel Improvements A. A concept report shall be submitted within 85 working days after the "Notice to Proceed" letter is issued. B. A preliminary report shall be submitted within 55 working days after approval of the concept report. C. A final report shall be submitted with 40 working days after approval of the preliminary report. Attachment B-1 EXHIBIT "B-1" (SUPPLEMENT TO ATTACHMENT B) •I a K1 k, I ilk, I Mal - CITY PROJECT NO. 00477 I. Method of Payment Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice from the ENGINEER outlining the estimated current percent complete of the total project. The aggregate of such monthly partial fee payments shall not exceed the following: Until delivery of the concept report, a sum not to exceed 30 percent of the total lump sum fee. Until delivery of the preliminary report, a sum not to exceed 60 percent of the total sump sum fee. Until delivery of the final report, a sum not to exceed 90 percent of the total lump sum fee. The balance of fee, less previous payments, shall be payable after approval of the final report by the City. II. Progress Reports A. The ENGINEER shall submit to the designated representative of the Director of the Department of Engineering monthly progress reports covering all phases of the study in the format required by the City. Exhibit B-1-1 EXHIBIT B 2 HOURLY RATE SCHEDULE Compensation to Prease and NTchots-shall be based on.tbe fNIDwing SDhedUla of Chargs S;,hedule Win lbaz Peron 17Z 4 346.3D PRINICIPAL ITT49 2•i :;5 SENIDR CONS:ILTANT 163,10 238.71 GROUP IONAGER 190.73 247,44 ENGINEERVIB 1-71)32 21723 ENGINEER Vil 14039 197.57 ENGIIEER VI 115.73 161.63 ENGINEER V 99W 135.34 ENGINEER 1V BIL71 ImB5 ENGINEER'ilt 80.41 1D1.67 ENGINEER 11 1B�73 IM05 ENGINEER I 1Z7 c9. 167-gB ELECTRICAL- ENGINEER V 95.'oB 125.5/ ELECTRICAL ENGINEER tV 75,49 99A3 R [RICALI7NGIMEER 11 MIS 94AS PI E-t'1-RICAL ENGINEER I 133.92 175.7B MECHANICAL ENGINEER VI 113.62 149039 MECHANICALENGINEER V 9D-55 I19,DD IXECH ANICAt ENGINEER IV 74.14 97-31 I,AECHAMCALENGINEER 11 i11135 146.15 DISCIPUREiEADER 1 157.36 2D654 DISCIPLINE LEADER II 1 -3 ;2 1BD,65 SENIOR RESIDENT RE'RESENrATf 1ism 151-63 PROGRAI✓ KANAGER II 123,13 153.M PRDGRALA.ADMINIBTRATOR 1=73 IM65 CONSTRUCTION CONTRACT ADIV% 70,OD 133ft 765 CONSTRUCTION CONTRACT ADMIT` 59,99 B6-35 CONSTRUCTION CONTRACTADMIP 50.D9 65.75 DDCUMENT CDNTRDL CLERK 11264 147.85 SR DESIGNER 99.4t1 133-Es DESIGNER 11 77,56 1D1-BD DESIGNER 1 93,72 129.9E CADD DESIGNER 54,85 71.99 EJGWE RING TECH14DLDGIST I 74.D9 113.15 TECHNICIAN IV 69.16 1DD,07 TECHNICIAN III 52D2 BB23 TECHNICIAN B 41.05 64.61 TECHNICIAN 1 B4;B1 11132 GIB CDDRDINATDR 6144 B522 GISANALYST II 5DZI 79,42 GIS ANALYST 1 B6.65 11334 SD VISUAIIZA1'ON CDDRDIINATDR 13L13 173,42 ENVIRDNIvIENTAL SCIENTIST V11 1D3BD 139 RB ENVIRONMENTAL SCIENTIST 4 84.65 111.35 EN izibmiu>ENTAL SCIEN"ST V MIS 1DaSz ENVIRONMENTAL SCIENTIST N 79.7B 11242 ENVRONMENTAL SCIENTIST III 54.18 76,52 ENVIRONMENTAL SCIENTIST 11 49.56 65.12 ENVIRONMENTAL SCIEN lST 1 1172S 15799 ARCHITECT V 53-55 1 D9.57 ARCHITECT N 130B5 1 D6, i3 ARCHT7ECT III 6D,7D 79.67 ARCHITECT 11 D0,51 130.61 PLANNER N 1D9 4D 14359 HYDRDLDGIST VI 1D4-DB 136,60 HYDRDLDGIST V 9ZE3 IDEAS HYDRDLOGIST N TL5s- 94,74 HYDROLDGIST III 626E 62 r fiYDRDLDGIST II 14D;62 164.55 GED TtCHNICAL ENGINEER VI 1n7 9D 135,D6 BENIOR GEOLOGIST 75,47 102.BB- PUBLIC INVOLYEdENTCODRDINAI BS,66 113,74 WEB SERVICES ADMINISTRATD'R 51 75,99 WORD PRDCESSItJG15ECRETA41A1 B1�79 123,15 OPERATIDNB ANALYST 65.3D B5,7A CONTRACT ADIJ,INI5TRATDR 43.68 5759 INFORWATION SERVICES ADMINIST 2951 48-07 INFORMA TTDN SERVICES CLERK 402 59.9D CO -DP The ranoes and Ind'rvidvat salasi s wl1 be air usled annualty- RA T FS FOR INHOUSE SERVICES Computer and CAD CaIDDmp Plotter A ,bons S1D.DD parhour Other CDIDr Print Sbop D or opies an nnbng Bieck and White Copies and Pr' nting $in3ng 505D per single side copy S1.OD par double side copy SD.1D pet single side copy SO2D per double side copy 55.75 per book Testing Apparatus 57DD.OD par month Density I,M1eter Gas Detection 52D.OD per test . OTHER DIRECT EXPENSES Qther drect expenses are reimbursed at actual cost limes a muttipGer of T.10. EEleyns!..s d•rec�t Idrelat d tD the worktinclulding osts of boratory analysi P tests,and transportation and subsistence away from Fort Woyh other staff memb rr �> y Dthef work raquirad to be dona by indapendant person o9P:�-o2-De-os EXHIBIT "13-3" (SUPPLEMENT TO ATTACHMENT B) SUMMARY OF TOTAL PROJECT FEES Engineering Design Services Associated with DRAINAGE STUDY FOR FUTURE STORM DRAIN IMPROVEMENTS TO EAST HARVEY AVENUE STORM DRAIN SYSTEM AND BURCHILL CHANNEL CITY PROJECT NO. 00477 Consulting Firm Prime Responsibility Amount Percent Prime Consultant: Freese & Nichols, Inc. Engineering & Proj. Mgmt. $ 75,393 63.6% M/WBE Consultants. Gorrondana Survey $ 31,350 26.5% Alpha Graphics Printing / Reproduction $ 31714 3.1 % IES Environmental Services $ 81000 6.8% Total for Professional Services $ 1185457 100.0% Note: Non-M/WBE Consultants — None. Project Description Scope of Services Total Fee M/WBE Fee Percent Engineering Services City M/WBE Goal = 21% Drainage Study 4t 118,457 $ 43,064 36.4% A. EXHIBIT "B-3A" (SUPPLEMENT TO ATTACHMENT B) SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) Engineering Design Services Associated with DRAINAGE STUDY FOR FUTURE STORM DRAIN IMPROVEMENTS TO EAST HARVEY AVENUE STORM DRAIN SYSTEM AND BURCHILL CHANNEL CITY PROJECT NO.00477 SUMMARY OF TOTAL FEE Service Description Total Channel Drainage Analysis $78,620.00 Basic Engineering Services $43,700.00 Additional Engineering Services $43,407.00 Engineering Subtotal $87,107.00 Surveying Services $31,350000 Project Total $197,077200 BREAKDOWN OF ENGINEERING FEES (LESS SURVEY FEES) 1. Total Fee (less survey fee) Breakdown by Conceptual, Preliminary &Final Report In ; a. Channe Analysis = $ 78,620.00 b. Conceptual (30%) _ (Engineering Subtotal) X (0.3) _ $ 26,133.00 c. Preliminary (60%) _ (Engineering Subtotal) X (0.6) _ $ 523264000 d. Final (10%) _ (Engineering Subtotal) X (0.1) _ $ 8,710.00 $ 165,727000 B3A-1 EXHIBIT "B-3A-2" Burchill Channel Drainasie Analysigi ITEMIZED FEE CALCULATION AND EXPENSES Vaughan to Sycamore Creek - Fort Worth, TX Hydrologic and Hydraulic Analysis ITEM # BASIC SERVICES DISCIPLINE LEADER PROJECT MANAGER DESIGN ENGINEER GIS OR CADD TECH WORD ROCESSO TOTAL A DATA COLLECTION 1 Project Set Up 2 Kickoff Meeting 2.0 1.0 3.0 $412 '.. 3 Review Existing Reports/Calculations 2.0 2.0 4.0 $522 4 Obtain Plans from Client 2.0 4.0 6.0 742 $ 742 5 Obtain digital topographic information from client - CAD setup of basemap 2.0 2.0 $220 6 Request/Coordinate with Survey 2.0 2.0 $220 7 Obtain culvert/brdige plans from txdot 2.0 3.0 5.0 $632 8 Obtain development plans from city 0.0 $0 9 Review previous studies 0.0 $0 10 Obtains soils info, and existing and ultimate land use 0.0 $0 11 Obtain watershed topo, city two -foot, or USGS 4.0 4.0 $440 2.0 2.0 $220 B Subtotal 0.0 8X 20.0 OX 0.0 28.0 $39406 HYDROLOGIC ANALYSIS 1 Review and summarize FIS discharge values 2 Delineate watershed map 0.0 $0 3 Preapare soils information for watersheds 2.0 8.0 6.0 16.0 $1,8$0 66 4 Preapare existing land use data for watersheds 6.0 2.0 8.0 $888 5 Preapare ultimate land use data for watersheds 4.0 6.0 10.0 $11263 6 Determine existing watershed parameters (Tc, CN) 6.0 2.0 8.0 $888 7 Determine ultimate watershed paramaters (Tc, CN) 10.0 10.0 $Igloo 8 Develop hydrologic model for existing and ultimate 6.0 6.0 $660 9 Do routings on creeks, ponds, lakes 1.0 6.0 36.0 4.0 47.0 $59492 1.0 22.0 32.0 5.0 60.0 $7,578 C Subtotal 2.0 34.0 110.0 19.0 0.0 165.0 $19,735 1 EXISTING CONDITON MODEL 2 Add survey cross sections to describe Existing Conditions 2.0 0.0 $0 3 Add bridge and/or culvert information 12.0 12.0 26.0 $2,990 4 Add other projects from plans or studies 2.0 12.0 4.0 18.0 $2,078 5 Develop existing conditions model 10.0 10.0 $L 100 6 Add blocked obstructions, ineffective flow if appropriate 4.0 18.0 10.0 32.0 $31723 7 Insure project still ties into effective profile or extend model 8.0 8.0 $880 8 Develop ultimate conditions hydraulic model 0.0 $0 $0 9 Update existing conditions floodway model -compare to FIS 2.0 6.0 8.0 $962 10 Delineate existing conditions 100,500,floodway 1.0 0.0 $0 11 Delineate ultimate conditions, 100 4.0 4.0 22.0 31.0 $3,7$0 23 1.0 2.0 6.0 2.0 11.0 $1,361 Subtotal 2.0 16.0 76.0 50.0 0.0 144.0 $16,815 83A2-1 EXHIBIT "B-3A-2" Burchill Channel Draina a Analvsis ITEMIZED FEE CALCULATION AND EXPENSES Vaughan to Sycamore Creek -Fort Worth, TX Hydrologic and Hydraulic Analysis ITEM DISCIPLINE PROJECT DESIGN GIS OR WORD # BASIC SERVICES LEADER MANAGER ENGINEER CADD TECH PROCESSOF TOTAL D PRELIMINARY PROPOSED MODEL 1 Develop alternatives to accomplish modifications and do analysis 2.0 12.0 28.0 8.0 2 Prepare cost estimates for feasibile options 50.0 $6, t44 3 Calculation Tables 6-0 6.0 $660 4 Prepare preliminary alternative exhibits 2.0 2.0 12.4.0 0 40.0 80.0 $6,525 2.0 6.0 $668 5 Prepare Preliminary Memo Report 1.0 22.0 12.0 20.0 55.0 $7,088 E FINAL PROPOSED MODEL Subtotal 5.0 36.0 62.0 70.0 0.0 173.0 $21,085 I Modify existing cross sections to reflect selected alternative .0 $2,43 0 2.0 26.0 12.0 40.0 $4,53 2 Add proposed bridge and/or culvert information 26.0 4.0 40 3 Add blocked obstructions, ineffective Flow if appropriate 4 0 4 Modify floodway model - compare to FIS 4.0 $440 5 Delineate existing condition, 100,500,Floodway 0.0 $0 6 Delineate ultimate conditions, 100 4.0 20.0 24.0 $2,720 2.0 2.0 10.0 4.0 18.0 $2,201 7 Prepare Final Memo Report 1.0 20.0 8.0 6.0 35.0 $4,751 G PROJECT COORDINATION Subtotal 3.0 24.0 70.0 46.0 0.0 143.0 $17,077 I Coordination w/ City Staff (Up to 4 meetings) 4.0 16.0 4.0 4.0 2 Monthly Project Updates 28.0 $3,994 12.0 12.0 $19809 0.0 $0 Subtotal 4.0 28.0 4.0 4.0 0.0 40.0 $5,803 LABOR TOTAL 16.0 146.0 342.0 189.0 0.0 693.0 $83,920 A PROJECT EXPENSES 1 Printing/Plotting Expenses 2 FEMA Library fees for obtaining FEMA Effective Model $ 1,537.50 3 General Expenses (Copies, Mileage, Postage, etc.) $0 4 Computer Expenses $500 Subtotal $0 $2,038 EXPENSE TOTAL $2,038 PROJECT TOTAL $85,960 BASIC SERVICES TOTAL (LESS PROJECT COORDINATION AND REPRODUCTION SERVICES $78,620 ssnz-z EXHIBIT "0-36" (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SERVICES FEE SUMMARY Engineering Design Services Associated with DRAINAGE STUDY FOR FUTURE STORM DRAIN IMPROVEMENTS TO EAST HARVEY AVENUE STORM DRAIN SYSTEM AND BURCHILL CHANNEL CITY PROJECT NO. 00477 DRAINAGE CHANNEL ANALYSIS FEE. $ 78,620.00 BASIC ENGINEERING FEE: East Harvey Avenue Storm Drain Design $ 43,700.00 (Construction Cost * Curve A*0.85) Analysis and Basic Engineering Total: $122,320.00 ADDITIONAL SERVICES: East Harvey - Surveying Services = $ 17,350.00 - Public Meetings (1 meeting each study area) _ $ 3,500.00 - Status Meetings with City Staff (4 meetings each) _ $ 31994400 - Monthly Reports/Coordination with City PM = $ 904.00 - Storm Water Pollution Prevention Plan = $ 4,000.00 - Administrative Fee (10%) on M/WBE Firms = $ 1,938.00 - Printing / Reproduction = $ 2,176.00 - Pre -Construction Services = $ 6,590.00 Subtotal = $ 40,452.00 Burchill Channel - Surveying Services = $ 14,000000 - Public Meetings (1 meeting each study area) _ $ 3,500.00 - Status Meetings with City Staff (4 meetings each) _ $ 31994000 - Monthly Reports/Coordination with City PM = $ 905.00 - Administrative Fee (10%) on M/WBE Firms = $ 2,368.00 - Printing / Reproduction = $ 11538000 - Environmental Services = $ 83000.00 Subtotal = $ 340305.00 Additional Services Total: $ 74,757.00 B36-1 EXHIBIT "B-3C" (SUPPLEMENT TO ATTACHMENT B) FEES FOR SURVEYING SERVICES Engineering Design Services Associated with DRAINAGE STUDY FOR FUTURE STORM DRAIN IMPROVEMENTS TO EAST HARVEY AVENUE STORM DRAIN SYSTEM AND BURCHILL CHANNEL CITY PROJECT NO. 00477 Surveying Services: PART A: Design East Harvey Drainage System Survey PART B: Study Burchill Channel Study Survey Survey Total $ 17,350.00 $ 14,000.00 $ 31,350.00 B3C-1 EXHIBIT "1:5-3D" (SUPPLEMENT TO ATTACHMENT B) PRINTING / REPRODUCTION Engineering Design Services Associated with DRAINAGE STUDY FOR FUTURE STORM SYSTEM AND BURCHfL AVENUE STORM D L CHANNEL ST HARVEY CITY PROJECT NO. 00477 Printing Cast: Description No. Sets Sheets/Set CosUSheet Total Cost Study 3 35 $ 0.50 $ 52.00 Concept Report 3 6 $ 20.00 $ 360.00 Concept Exhibits P3 35 $ 0.50 $ 52.00 Preliminary Report Preliminary Exhibits 3 6 $ 20.00 $ 360.00 Final Report 3 35 $ 0.50 $ 52.00 Final Exhibits 3 6 $ 20.00 $ 360.00 2 5 $ 30.00 $ 300.00 Mounted Exhibits Design Bid Plans 4 12 $ 3.00 $ 144.00 Mylar Plans 1 12 $ 10.00 $ 120.00 20 12 $ 1900 $ 240.00 Check - Half Size Plans 4 12 $ 2.00 $ 96.00 Concept Plans Preliminary and Utility Plans 16 12 $ 2.00 $ 384.00 40 12 $ 2.00 $ 960 00 Final Plans 0 0 $ 20.00 $ Specs Concept Plans Specs Preliminary Plans 2 1 $ 20.00 $ 40.00 2 1 � $ 20.00 $ 40 00 Specs Final Plans 0 0 $ 0.15 $ Specs Bid Sets 250 1 $ 0.10 $ 25.00 Photocopies Bindinq/Punching/Delive 1 1 $127.00 $ 127.00 $ 3,714.00 Total Cost Note: Additional copies requested by the City shall be provided according to the Std. Rate Schedule (Exhibit B-2) B3D-1 EXHIBIT "B-3F" (SUPPLEMENT TO ATTACHMENT B) PRE -CONSTRUCTION ASSISTANCE Engineering Design Services Associated with DRAINAGE STUDY FOR FUTURE STORM DRA1N IMPROVEMENTS TO EAST HARVEY AVENUE STORM DRAIN SYSTEM AND BURCHILL CHANNEL CITY PROJECT NO. 00477 Construction Assistance Fees Pre -Bid Meeting Attend Bid Opening = $ 660.00 Tabulate Bids = $ 660.00 Recommend Contract Award $ 660.00 Attend Pre -Construction Meeting = $ 990.00 Periodic Site Visits with Brief Report = $ 1,640.00 Prepare Record Drawings (by City) _ $ - Final Walk Through = $ 990.00 Construction Assistance Total Ida 6,590.00 B3F-1 EXHIBIT "0-4" OPINION OF PROBABLE CONSTRUCTION COST DRAINAGE STUDY FOR FUTURE STORM DRAIN IMPROVEMENTS TO EAST HARVEY AVENUE STORM DRAIN SYSTEM AND BURCHILL CHANNEL CITY PROJECT NO.00477 CITY OF FORT WORTH East Harvey Avenue Storm Drain System Reviewed By: Revised : TOTAL_ DESCRIPTION • i 1 1 Demolition 17'Removing existing inlets _��, 111 11 111 11 Fill of abandoned 15" pipe� ©• • • ■ ■ —©© 111 11 111 i Removal of existing asphalt street Cut and plug of existing connection • it 1.1 11 11 •—� 1 111 11 Y • • . • • • along• • 111101 1I1i11 Sewer utility conflicts - 15" sewer line E.•rk Storm Drain Improvements 1 111 11 1 Ili li •Control11 11 I1111 11 . • � ', • 11 11 Ili 11 ', 275750m00 ®• —�® 11 it it ®.•1 ©', •1 it ', • Ii 11 • • .1111 •1111 ® _®© ill 11 111 11 • • to 1 • system Street Reconstruction © 111 11 ' Ili 11 'Traffic Control l / ■ • "" ® 60,900.00 24'widLasphalt street Curb Removal and Replacement $ 3434M i1•� • ®_® i 1 • 1 1 11 'Lime Treated Subgrade *Engrineering and suryeying costs covered in fec proposal. Construction S1 1 i • Contingency $1449651T, Construction 1 ', / ATTACHM-ENT C Cl=IANGES AND AMENDMENTS 1 Q-STAi4DARD E-R G E [ !G ACRE-EMENTAND ATTACHMENT A DRAINAGE STUDY FOK FU I URE STQRII►i �3RAlN iMPRCiVEMENTs TO EAST HARVEYAVENLUE STORM -DRAIN SYSTEM AND BURCHILL CHANNEL -G�TY PROJECT NQ. �f1477 NONE > C 7 � LL w � F N Q c N III. (a m m N LL LL N a J N m Z Z Z W ¢ E 0m m co ~ a p J E cn J O LL N = CO m m C U o�CL c � Z F o' o ca m a` O o p N (n Z > Q Z w (= -S F N [ U) F 4< U' O U O LL N � fr. z ^� m =, _ Om OCO Q (n 0 N w__._._. - � Q.~ w LL ¢ ° E w w a N Drc0 c to w p cc~ �w zw<0 Z y� = U) m m co m m m am m m m m m rn m m U F- o 0 0 0 0 0 0 0 0 0 0 rn rn rn rn m m m rn rn 0 0 0 0 0 0 0 0 0 0 o 0 0 m 0 oo m m o rn rn m _o jFQU N N a m O n n rn .- (T7 a N 10 h a N N N N N N N Or U T h O) (O m O a s= a N 4 LL LL LL LL U. LL LL LL U. LL O d LL LL lL LL LL 11 ll LL u' _ 'C LL Q O LL tL LL li !L LL !L 11 d F. y LL ZU m m m m m m w m W co m mO co rnc rnO rnJ O Orn m m m rnO rn n n V OO O O O O O O 1%16. a) N C\j1VIII N m OIrIII C C C c O .rnc (rn tW N_h_dN Vrn (�rnc (7m LL 0 LL O O c O c c LL a1 I O U. 0 c O0O cu T T T T T >. a ca T T T T T T N N N to N y N N (A Q c m as co ns m m m as ca T .�. T T T N Z o a a a a a a -p a a a a a a as m m m ca w cc m m m ca ca m cu Ta U) ¢ '0 o a a a a a a a a a a a a a a a a ca ¢° Q 0 N O O N o O o O o O O N O O N a a N IrIII N c'J � N N N O O co m O O N O c j N N m 0 IrIIIO TIIIO N O N w c LL LL Cc OLL Z } p w w � w F- w 0 � N N O (ry N c ai c O FL d (o o d Z w a a.c ¢ Q is H j N R t9 N O O C C c Q 0 Z U O. a' CL E c coN 0 N of Q a) O E m o c E y a v Q o. n ¢ c r ° r N m n Q rn m r c o m 11-11 ¢ o N o c N cu m c ¢ oo Iw-IIE O a o m a p LL U LL o° F- T 0 U a FL m d U o O m d OCL C o Q J o c co O m o 0 o° 0 c o c 2 c U d c W O g m O o c m ro a m = 'N = W C aJ _rn N N N c O O O c N N m LL a7 �_ O. LL .T. U U W c V% N > p > O O t �- > C > N l6 a) _ c Y c'a g o E O E E o E ° E U U (D o E o c p o . v c n a a a o c E E p N 0 U � >. o � a v � a a n c a v _ _ a � a n a N m O in iL U cn ¢ d ¢ O m a ii in c Q c6 Y o :° Z rn m ¢ a (°� d ¢ p in ¢ ii co c`aa cu w m Y ¢ a p = E m F = o U) t 00 Q Q Cm U.u' pVIII U LL N m v N a] n m m OTIIIN r 'Q N eD n m m O N N N N N N N N a� N N NO =ca m w i- Q p F- U w O m a J Q U Q w F-• U w ®Mol O S a w J 0 w S U N V w O L J _J s U S m p Z Q w H U) r m z Lr p 2 s O m w z w Q r w > S Q S F— Q J w w O Z �Z mQ Z U w 2 w > O cc a a S p Lr O t-- m w s I- LL m O p w C`3 Q Z Q L] a� p y 'c 'u. J Q a a o r N c 0 w c 0 p p " a; R p M co co M M M co OD O O O O O >+ 0 0 0 0 aD O O O O 6 0) 0) M 0) M M M M M (1) ���� 00_)0)000�0�� M M M O O O O 0) 0 0 0 0 0 M M O (a M CD M M M M W (O T M O p C O !� M M O O r ` N N o N N N N N `O LL M N N T T N N 0 l M tzz co M (0 M M r r r N N N M M (O to r a N M o o r C�9 dam' I t MC FY ® LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL E o w � t-- � U O m co 0 00 00coO O\ N cc) co co O O CO 0)0)y co 0M M O O O�r OO M 0 oOOOO C O \� C\J O _OOt O M ~U N C\l tO cm C\i C\j aM M T_ N ����� ob�� N N (D NMt`�raNC7m ,O ,O \0 �0p) �OU C C C C C C C C M C C C C CO CL N � LL L" LL ��� 2Z>������� �2LL C ILL U) CO N (n U> U U)(a Ian m co a (a a (u > 0)c) aLoM a(n ar(D aU) ca (a -oa a a 0 w (Z7070 ca�r-aaa m co o(nNTo o o�oLnmooLna(a(noo ooO(0or roU N U) O tOrN O0 om(a �a p(r(no tY w Z o ca c (ca c < d d o m n w co 0 CL If Ir U 0 CD CO CL C: ja 'c CL Q 2 E CY C.) a) c (0 cn a) a) o tY o U' o 0 o �' o o a) 2 c o O 20 c oLL � ao a)la o a) pUC)C) � drn co �U (°d a: oC m _ C U CO (n j o U o O o o .c c co o o� o 0 c M %_'Y .-.M— ca (o —.�M— ZOO UU coCL Z w OO'"' _ ((f a) (a a) c } of c (a O Q_ co a) LL a _ > > _c _ > > _ — M 2 Y 2 co m a o E E E E E E 2 MFtp E U c o E 0 o .a) E E m Q is n (�a o .n c m ca F-2a DO<nu .� SUt�QaU<mw<LLWmm0<IL �Q CL iic/) p r N M V to Qo co M O r N t7 <t (n Co I� co M O N M d' M r — r N N N N N N N N M N M N • • ; COUNCIL ACTION: Approved on 7/15/2008 DATE: Tuesday, July 15, 2008 LOG NAME: 30EASTHARVEY477 REFERENCE NO.: C-22925 SUBJECT: Authorize Execution of an Engineering Agreement in the Amount of $197 077 Q.O.-with Freese and Nichols, Inc., for the East Harvey Storm Drain System and Burchill Channel (Project No. 00477) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Freese and Nichols, Inc., in the amount of $197,077.00 for the East Harvey Storm Drain System and Burchill Channel. DISCUSSION: The Storm Water Management Program was established to reduce 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 infrastructure reconstruction and system maintenance, master planning, enhanced development review, and increased public education and outreach. On October 16, 2007, Council approved the issuance and sale of bonds which will be used to fund capital improvements in the storm water utility system scheduled over the next two years. The scope of work for this project includes the design and realignment of an undersized storm drainage system that collapsed in 2005 and crosses 934 East Harvey Street (City owned property). The drainage basin for the Harvey system is bounded by New York Avenue on the East, Davis Street on the North, Evans Avenue on the West and Powell Street on the South. The new system will tie into the existing Davis system. This project also includes a study of the Burchill Channel watershed to determine the system capacity, amount of surcharge, and the runoff for various design storms. The consultant will provide alternatives for proposed improvements including phasing, estimated project costs and recommended improvement plans. Freese and Nichols, Inc., proposes to perform the necessary work for a lump sum fee of $197,077.00. City Staff considers this to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $55,312.00 is required by the Engineering Department for project management. M/WBE —Freese and Nichols, Inc., is in compliance with the City's M/WBE Ordinance by committing to 22 percent M/VVBE participation. The City's goal on this project is 21 percent. This project is located in COUNCIL DISTRICT 8, Mapsco, 77P and 78N. Logname: 30EASTHARVEY477 Page 1 of 2 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Storm Water Capital Projects 2007 Revenue Bond Fund. TO Fund/AccounilCenters FROM Fund/Account/Centers P229 531200 208280047716 $78,620.00 P229 531200 208280047731 $26,132.00 P229 531200 208280047732 $52,264.00 P229 531200 208280047733 8 711.00 P229 531200 208280047751 $31.350.00 Submitted for City Manager's Office b� Fernando Costa (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: Dena Johnson (7866) Logname: 3 OEASTHARVEY477 Page 2 of 2