Loading...
HomeMy WebLinkAboutContract 39034�-. �ems 9,, :DONRA ITY OF rOTWORTH,�a STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas (the "CITY"), and DeOtte, Inc., (the "ENGINEER"), for a PROJECT generally described as: 2008 CIP Neighborhood Street Project — Christine Avenue, Christine Court and Quinn Street — (Contract 5A — Project No. 01265) Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable wn 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 i F lviiilirr ►`aL+,r'�iisa6.J . Page 1 of 15 :ITY SECRETARY FT. WORTH, TX good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 2 of 15 S D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on -site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on -site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on -site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents, F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 3 of 15 t current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/VVBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 4 of 15 enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability —the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 5 of 15 i. The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto —the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non -owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non -owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officersI directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability —the ENGINEER shall maintain professional liability, a claims -made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 6 of 15 the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating %J A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on afirst-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 7 of 15 to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims -made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims -made. k. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 8 of 15 O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. C City -Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance %J its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. 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. Ciiy of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page vol 15 D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER 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 onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third -Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 10 of 15 with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third -party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain associated with the PROJECT. pre-existing structures (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEE cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 11 of 15 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 12 of 15 work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 13 of 15 I J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 14 of 15 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A -Scope of Services Attachment B — Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Executed this th r (Df day of , 2c, ATTEST: CITY OF FORT WORTH Marty Hendrix City Secretary �1I Contract Authori zatiolk g�ll a Date Fernando Costa Assistant City Manager APPROVAL RECOMMENDED William A.X/erkest, Director, Transport APP��III // AS /,(ARM AND LEGALITY DeOtte, Inc. ENGINEER Assi ATTEST: ity Attorney City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 15 of 15 on and Public Works Name: Richard DeOtte, P.E. Title: President By: 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 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 are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. STANDARD ENGINEERING AGREEMENT (REV 10/06105) Page 1 of 5 6) Plan Submittal Copies of the original plans shall be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering and shall become the property of the City. City may use such drawings in any manner it desires; provided, however that the Engineer shall not be liable for the use of such drawings for any project other than the project described herein; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the drawings without the written approval of the Engineer. PHASE 1 7) Right -of -Way, Easement and Land Acquisition Needs The Engineer shall determine the rights -of -way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights -of -way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights -of -way, easements, permits and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four (4) copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall furnish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to any proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 2 of 5 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 IT: shall furnish four (4) copies of detailed estimates of probable construction costs for the authorized construction project, uantities. which shall include summaries of bid items and q 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 10/06/05) Page 3 of 5 16) 17) 19) 20) 21) 22) PHASE 4 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. 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. 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. 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 Preconstruction Conference The Engineer shalt attend the preconstruction conference. Construction Survey The Engineer shall be available during its construction and will stake the project. The setting of will be performed by the City. Site Visits to the City on matters concerning the layout of the project et control points in the field to allow City survey crews to line and grade stakes 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/O6/OS) Page 4 of 5 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 onditions encountered, required to resolve problems due to actual field c 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 5 of 5 EXHIBIT "AA" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: WATER AND/OR SANITARY SEWER 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 water and/or sanitary sewer improvements for the following: CHRISTINE AVE., CHRISTINE CT. & QUINN ST. City Project Number 01265, CONTRACT 5A The work entails the following: (See Attachment at the end of Exhibit A-1) Upon receipt of notice to proceed, the ENGINEER will pertorm the following tasks: PART A —PRE-ENGINEERING 1. Initial Data Collection a. Pre -Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a level of comfort, two (2) meetings are anticipated. These include the following: One (1) pre -design kick-off meeting, (including the CITY's Water Department 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 EAl-1 Rev 02/17/2009 efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, property ownership as available from the Tax Assessor's office. The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the Engineer with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the Engineer will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the Engineer shall delay the design of the sewer service line until after the start of construction. The CITY will then direct the Contractor to de -hole the service line at the clean -out location of all buildings or structures so that the Engineer's surveyor can determine the flow line of the sewer service line. The Engineer shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. c. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all EAl-2 Rev 02/17/2009 forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Schedule Submittal and Monthly Progress Report The ENGINEER shall submit a progress schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering i. Surveys for Design a. 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. For sewer lines located in alleys or backyards, ENGINEER will obtain the following. Obtain permission for surveying through private property. Locate horizontal and vertical alignment of utility lines. Tie improvements, trees, fences, walls, etc., horizontally along rear lines in an approximately 50' wide strip. In addition, locate all rear house corners and building corners in backyards. Profile existing water and/or sewer line centerline. Compile base plan from field survey data at III-40' scale. Obtain permission for surveying through private property. Locate horizontal and vertical alignment of utility lines, existing utilities, EAl-3 Rev 02/17/2009 trees, fences, walls, etc., horizontally along rear lot lines in an approximately 20' wide strip. In addition, locate all rear house corners and building corners in backyards. Compile base plan from field survey data at 1" = 40' horizontal and 1" = 4' vertical scale. When conducting design survey at any location on the project, the consultant or its sub -consultant shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identified. b. Engineer will provide the following information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the CITY. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, all drawing files shall be provided in Acrobat PDF format and either of the following two formats: MicroStation (DGN) or Autocad (DWG and DXF) format (currently Release 2007). All data colleted / generated during the course of the project shall become the property of the CITY. The minimum information to be provided in the plans shall include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2. The following information about each Control Point; a. Identified (Existing City Monument #8901, Pie Nail, 5/8" Iron Rod) EAl-4 Rev 02/17/2009 b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). 3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control Points, 4. No less than two bench marks plan/profile sheet. 5. Bearings given on all proposed centerlines, or baselines. 6. Station equations relating utilities to paving, when appropriate. 7. Obtain the "foot print" of all properties where the sanitary sewer service line is to be relocated or rerouted. ii. Public Notification and PersonnelNehicle Identification a. Residential notification is required for field surveys on this project, mail -outs will be prepared for approval by CITY T/PW staff. 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. -OR- If Right of Entry acquisition is required for field surveys or other work on this project, mail -outs will be prepared for approval by CITY T/PW staff. The mail EAl-5 Rev 02/17/2009 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 and a place for the property owner to sign giving permission to access the property. b. When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identifiable. iii. Conceptual Engineering Plan Submittal a. 'Conceptual plans shall be submitted to City 64 days after Notice to Proceed Letter is issued. b. The ENGINEER shall perform conceptual design of the proposed improvements and furnish four (4) copies of the concept engineering plans which includes layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. ENGINEER shall perform remaining field surveys required for final design of selected route(s). The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. All design shall be in conformance with Fort Worth Water Department policy and procedure for processing water and sewer design. ENGINEER shall review the City's water and sewer master plan, other pertinent design information and provide a summary of findings pertaining to the proposed project. Preliminary Engineering Upon approval of Part B, Paragraph iii (b), ENGINEER will prepare preliminary construction plans as follows: EAl-6 Rav 02/17/2009 a. Overall water and/or sanitary sewer layout sheets and an overall easement layout sheet(s). The water layout sheet shall identify the proposed water main improvement/ existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement / existing sewer mains and all sewer appurtenances in the vicinity. b. Preliminary project plans and profile sheets on 22" x 34" sheets which show the following: Proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes etc., related appurtenances and all pertinent information needed to construct the project. In addition, the Engineer shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. The information shall be shown on the plan sheets. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. c. For sewer lines, pipelines schedule for point repairs, rehabilitation and replacement will be located on the base sheets prepared from survey information gathered under Part B, Paragraph b. Conflicts shall be resolved where pipelines are to be rehabilitated on the same line segment. Base sheets shall reference affected or adjacent streets. Where open -cut and trenchless technology construction is anticipated, below and above ground utilities will be located and shown on the base sheets. d. Existing utilities and utility easements will be shown on the plan and profile sheets. ENGINEER will EAl-7 Rev 02/17/2009 coordinate with utility companies and the City of Fort Worth to determine if any future improvements are planned that may impact the project. e. The design for sewer service line reroute/relocation will be provided if the flow line elevation of the sewer service can be determined from the cleanout location. If this elevation cannot be determined during design survey, the design shall be provided after award of the construction contract as specified in Part A, Paragraph 1 b. f. The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right -of --way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. g. The ENGINEER will prepare standard and special detail sheets for water line installation and sewer rehabilitation or replacement that are not already included in the D-Section of the City's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. h. Right -of -Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open -cut construction or relocation of existing alignments is EAl-B Rev 02/17/2009 probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approval by the City. i. Right-of-way/Easement Preparation and Submittal Preparation and submittal of right-of-way, easements and rights -of -entry will be in conformance with "Submittal of Information to the right-of-way and easement section of T&PW for Acquisition of Property". j. Utility Clearance Phase The ENGINEER will consult with the City's Water Department, Transportation and Public Works Department, and other CITY departments, public utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. k. Preliminary construction plan submittal i. Preliminary plans and specifications shall be submitted to City 37 after approval of Part B, Paragraph iii (b). ii. 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 EAl-9 Rev 02/17/2009 organized as follows: Cover Sheet General Notes/Legand Easement layout (if applicable) Abandonment Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. The ENGINEER shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. ENGINEER shall assist City in selecting the feasible and/or economical solutions to be pursued. I. 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. m. Public Meeting 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. EAl-10 Rev 02/17/2009 n. Storm Water Pollution Prevention Plan (SWPPP) For projects that disturb an area greater than one (1) acre, ENGINEER will prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the project for use by the Contractor during construction. Engineer will prepare drawings and details for proposed SWPPP improvement that the Contractor must use during construction. Contractor shall be responsible for filing the SWPPP with appropriate regulatory agencies. o. Traffic Control Plan The ENGINEER may utilize standard traffic reroute configurations posted as "Typicals11 on the City's Buzzsaw website. The typicals need not be sealed individually if included in the sealed contract documents. In the event that the "typicals"(as described above) cannot be utilized on the project, the ENGINEER shall prepare a signed and sealed Traffic Control Plan for review and approval by the Traffic Division of the Transportation and Public Works Department . 3. Final Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 24 days after approval of Part B, Paragraph 2 k. Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas) and submit two (2) sets of plans and construction contract documents within 15 days of CITY's final approval. Plan sets shall be used for Part C activities. EAl-11 Rev 02/17/2009 b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. c. Mylar Submittals The ENGINEER shall submit a final set of mylar drawings for record storage as follows: 1. Water and sanitary sewer plans shall be submitted as one set of plans. Water and sanitary sewer plans shall be separate from paving and drainage plans. All sheets shall be standard size (22" x 34") with all project numbers (Water/Sanitary Sewer and TPW) prominently displayed. 2. For projects where paving / grading / drainage improvements occur on a Water Department funded project with no T&PW funding involved, a separate set of mylars with cover sheet shall be submitted for TPW. 3. Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There shall be one (1) PDF file for the Water plan set and a separate PDF file for the TPW plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: I. Water and Sewer file name example — "X- 35667_org36.pdf" where "X-35667" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. EAl-12 Rev 02/17/2009 Example: k12755_orgl8.pdf II. TPW file name example — "W- 1966_org47.pdf" where "W-1966" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W 0053_org3.pdf and K- 0320_org5.pdf Both PDF files shall be submitted on one (1) Compact Disk, which will become property of and remain with the City of Fort Worth. Floppy disks, zip disks, e-mail flash media will not be accepted. 4. For information on the proper manner to submit PDF files and to obtain a file number for the project, contact the Transportation and Public Works Department Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the City Project Number and proper fund codes have been assigned and are in the department of Transportation and Public Works database. PART C -PRE-CONSTRUCTION ASSISTANCE Administration a. Deliver Bid Documents The ENGINEER shall upload all plans and contract documents onto the City's Buzzsaw server for access to potential bidders. Hard copies of documents will not be made available to potential bidders. Contract documents shall be uploaded in pdf files and the plans will be uploaded in pdf and dwf formats. EAl-13 Rev 02/17/2009 b. Bidding Assistance 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 the City by prospective bidders. The ENGINEER shall upload all addenda onto Buzzsaw. Engineer shall attend the scheduled pre -bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening, develop bid tabulations in hard copy and electronic format and return four (4) copies of the bid tabulation, along with the contract documents to the City within three (3) working days after bid openings. c. Construction Documents The ENGINEER will make available for construction, upon request by the CITY, up to twenty (20) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to the contractor and City personnel. d. 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. EAl-14 Rev 02/17/2009 ATTACHMENT TO EXHIBIT "A-1" LIST OF WORK TO BE PERFORMED CPN: 01266 STREET WATER SEWER N ,N^ N N Y v! Water Map N Q. � Sewer Map Q Street / Limits v o No w a Length (LF) v o No w 2 Length (LF) CRHISTINE AVE. BURCHILL RD. N 5 2060-380 6" 8" 1020 5 2060-380 6" 8" 628 CRISTINE CT, CHRISTINE CT CHRISTINE AVE. 5 2060-384 6" 8" 600 5 2060-384 6" 8" 826 McKENZIE ST. TOTAL 1620 LF 1454 LF EXHIBIT "A-2" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for paving and/or storm drain improvements for the following: CHRISTINE AVE., CHRISTINE CT. & QUINN ST. City Project Number 01266, CONTRACT 6A Upon receipt of notice to proceed, the ENGINEER will perform the fnunwinn tacks• Proposed Drainage Improvements Street Water Map No. Existing Size Proposed Size Length (ft) Christine Ct. 2060-380 18 36" 250 Proposed Paving Improvements Street MAPSCO Existing Width Proposed Width Length (ft) Christine Ave. 78-N 28' F-F +/- 28' F-F 11120 Christine Ct. 78-1\1 28' F-F +/- 28' F-F 570 Quinn St. 78-1\1 28' F-F +/- 28' F-F 794 PART A —PRE-ENGINEERING 1. Initial Data Collection a. Pre -Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a level of comfort, two (2) meetings are anticipated. These include the following: One (1) pre -design kick-off meeting, (including the CITY's Department of Engineering and other departments that are impacted by the project). EA2-1 x®.. oa/ls/oa One (1) review meeting at completion of the City's review of the conceptual engineering plans. b. Data Collection In addition to data obtained from the City, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, CITY drainage complaint files, existing applicable drainage studies and property ownership as available from the Tax Assessor's office. c. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Schedule Submittal and Monthly Progress Report The ENGINEER shall submit a project schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS 1. Conceptual Engineering i. Surveys for Design EA2-2 Rev 04/15/08 a. 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 of buried utilities, structures, and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. b. ENGINEER will provide the following information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, and alI drawing files shall be provided in Autocad (DWG or DXF) format (currently Release 12), or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. The minimum survey information to be provided on the plans shall include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2. The following information about each Control Point; a. Identified (Existing. City Monument 48901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. EA2-3 Rev 04/15/08 c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). 3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. 4. No less than two horizontal bench marks, per line or location. 5. Bearings given on all proposed centerlines, or baselines. 6. Station equations relating utilities to paving, when appropriate. ii. Public Notification and PersonnelNehicle Identification a. Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name limits DOE project No., Consultant's Project Manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. b. When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identifiable. Drainage Computations ENGINEER will review and document the storm water watershed drainage runoff area and existing street, right -of --way and storm sewer capacities for the subject site. A drainage area map will be drawn at 1" = 200' scale from available contour maps. Calculations regarding street and right-of-way capacities and design discharges (5-year and 100-year frequencies) at selected Rev 04/15/08 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. iv. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 64 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 right-of-way needs and cost estimates for the ENGINEER's recommended plan. The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. 2. Preliminary Engineering Upon approval of Part B, Paragraph IV, ENGINEER will prepare construction plans as follows: a. Drainage area maps with drainage calculations and hydraulic computations. Information shown on the plans will be consistent with Part A, Paragraph 1.b. for proposed condition. b. Preliminary project plans and profile sheets which will show the following and shall be on 22" x 34" sheets: Property Ownership Curb Lines Driveways Medians (if applicable) Sidewalks Existing and proposed water and sanitary sewer mains. EA2-5 xe.. oa/ls/oe c. Proposed roadway profile grades and elevations along each curb line; elevations at all p.v.i.'s; p.i's half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the left and right -of --way lines shall be shown. Existing found property corners (e.g. Iron pins), along the existing right-of- way shall be shown on the plans. Profiles for existing and proposed storm drain mains and leads shall be provided. d. Existing utilities and utility easements will be shown on the roadway plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to ascertain what, if any, future improvements are planned that may impact the project. e. Preliminary roadway cross -sections will be developed, from the survey notes, at intervals not -to -exceed 50 foot along the project length and will extend 10' past the right of way line on both sides of the street. Additional cross -sections at important features including driveways, p.i.'s of intersecting streets, (minimum distance of 100' along cross -street at each P.I.) walks, retaining walls, etc., will also be provided. Profiles of centerline of driveways will also be provided where necessary. Scale will be 1" = 10' horizontal and 1" = 2' vertical. f. Street and intersection layouts. g. Proposed plan/profile sheets will conform to City of Fort Worth construction legend. Adequate horizontal and vertical control shall be provided on the plan sheets to locate all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. h. Furnish as a function of final plans, six (6) copies of the final cross -sections on 22" x 34" sheets. Information on these sheets will include centerline station, profile grades and centerline elevations, roadway section (existing and proposed), right -of --way limits. Scale will be 1" = 20' horizontal and 1" _ 2' vertical with cross sections plotted with stationing from the bottom of the sheet, and will include laterals and inlets. CITY policy with regard to parking design shall be maintained. Excavation and embankment volumes and end area computations shall also be provided. EA2-6 Rev 04/15/08 I. Right -of -Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open -cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be appropriated based on available information and recommendations will be made for approvaI by the City. j. Right-of-way/Easement Preparation and Submittal Preparation and submittal of right -of --way, easements and rights -of --entry will be in conformance with "Submittal of Information to Real Property Division for Acquisition of Property". k. Utility Clearance Phase The ENGINEER will consult with the City's Transportation and Public Works Department, Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities, 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. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. I. Preliminary Construction Plan Submittal Preliminary construction plans and specifications shall be submitted to CITY 37 days after approval of Part B, Paragraph IV. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) specifications to CITY for review. Generally, plan sheets shall be organized as follows: EA2-7 Rev 04/15/08 e Rev 04/15/08 Cover Sheet General Layout and Legend Sheet Drainage Area Map and Computations Plan & Profile Sheets Standard Construction Details Special Details (If applicable) iii. Preliminary estimate shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. Engineer shall assist City in selecting the feasible and or economical solutions to be pursued. m. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. n. Public Meeting 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. o. Storm Water Pollution Prevention. Plan (SWPPP) For projects that disturb an area greater than one (1) acre, ENGINEER will prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the project for use by the Contractor during construction. Engineer will prepare drawings and details for proposed SWPPP improvement that the Contractor must use during construction. Contractor shall be responsible for filing the SWPPP with appropriate regulatory agencies. p. Traffic Control Plan The ENGINEER may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. The typicals need not be sealed individually if included in the sealed contract documents. In the event that the "typicals"(as described above) cannot be utilized on the project, the ENGINEER shall prepare a signed and sealed Traffic Control Plan for review and approval by the Traffic Division of the Transportation and Public Works Department . 3. Final Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 24 days after approval of Part B, Paragraph 2 (b). Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans and specifications and contract documents to CITY (each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas) and submit two (2) sets of plans and construction contract documents within 15 days of CITY's final approval. Plan sets shall be used for Part C activities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. c. Mylar Submittals The ENGINEER shall submit a final set of mylar drawings for record storage as follows: 1. Street and storm drain plans shall be submitted as one set of plans. Street and storm drain plans shall be separate from water and sanitary sewer plans. All sheets shall be standard size (22" x 34") with all project numbers (TPW and EA2-9 Rav 04/15/08 water/sanitary sewer) prominently displayed. 2. For projects where water/sanitary sewer improvements occur on a TPW Department funded project with no Water funding involved, a separate set of mylars with cover sheet shall be submitted for Water Department. 3. Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There shall be one (1) PDF file for the TPW plan set and a separate PDF file for the Water plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf where "W-1956" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W 0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X- 35667_0r936.pdf" where X-35667" is the assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF files shall be submitted on one (1) Compact Disk, which will become property of and remain with the City of Fort Worth. Floppy disks, zip disks, e-mail flash media will not be accepted 4. For information on the proper manner to submit PDF files and to obtain a file number for the project, contact the EA2-10 Rev 04/15/08 Department of Engineering vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the DOE number and proper fund codes have been assigned and are in the Department of Engineering database. PART C -PRE-CONSTRUCTION ASSISTANCE Administration a. Bid Documents Submittal The ENGINEER will make available for bidding, upon request by the CITY, up to fifty (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. Proposal will be provided in electronic format. b. Bidding Assistance The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders and respond to questions submitted to DOE by prospective bidders. Engineer shall attend the scheduled pre -bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening, develop bid tabulations in hard copy and electronic format and return four (4) copies of the bid tabulation, along with the contract documents to the City within three (3) working days after bid openings. c. Assistance During Construction The ENGINEER shall attend the pre -construction conference for the project. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes, if necessary. EA2-11 ae� oa/ls/oa ATTACHMENT "B" COMPENSATION AND SCHEDULE Street Reconstruction, and Water Replacement On Christine Ave., Christine Ct. & Quinn St. City Project No. 01265 I. Compensation A. The Engineer shall be compensated a total lump sum fee of $1113754.00 as summarized in Exhibit " 4' Payment of the total lump sum fee shall be considered full compensation for the services described in Exhibits "A-1 and A-2" for all labor materials, supplies, and equipment necessary to complete the project. B. The Engineer shall be paid monthly payments as described in Exhibit "B-1" Section 1 - Method of Payment. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the Engineer. II. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 169 calendar days after the "Notice to Proceed" letter is issued. A. Conceptual Engineering Plans - 64 calendar days. B. Preliminary Engineering Plans and Contract Documents - 44 calendar days. C. Final Engineering Plans and Contract Documents - 45 calendar days. D. Final Plans and Contract Documents for Bid Advertisement - 29 calendar days. Exhibit B-2 and attachment B1.doc I. II. EXHIBIT "BA" METHOD OF PAYMENT (SUPPLEMENT TO ATTACHMENT "B") Street Reconstruction, and Water Replacement On Christine Ave., Christine Ct. & Quinn St. City Project No. 01265 Method of Payment Partial payment shall be made to the Engineer monthly upon Citys 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 satisfactory completion of Exhibits "A-1" and A-2 Conceptual Engineering plan submittal and approval by the City, a sum not to exceed 30 percent of the total lump sum fee. Until satisfactory completion of Exhibits "A-1" and , Preliminary Construction an submittal to City, a sum not to exceed 60 percent of the total lump sum fee, less previous payments. Until satisfactory completion of Exhibit "A-1" and A-2", Final Construction plan submittal and approval by the City, a sum not to exceed 90 percent of the total lump sum fee, less previous payments. The balance of the earnings, less previous payments, shall be payable after Bid opening for the Project has been conducted. Progress Reports A. The Engineer shall submit to the designated representative of the Director of the Department of Transportation and Public Works monthly progress reports covering all phases of design by the 15th of every month in the format required by the City. B. If Engineer determines in the course of making design drawings and specifications that the opinion of probable construction cost of $901,832 (as estimated in Exhibit 134 will be exceeded, whether by change in the scope of the project, increased cost or other conditions, the Engineer shall immediately report such fact to the City 's Director of the Department of Transportation and Public Works and, if so instructed by the Director of the Department of Transportation and Public Works shall suspend all work hereunder. Exhibit B-2 and attachment 81.doc EXHIBIT "13-2" HOURLY RATE SCHEDULE (SUPPLEMENT TO ATTACHMENT "B") Street Reconstruction, and Water Replacement On Christine Ave., Christine Ct. & Quinn St. City Project No. 01265 2009 Standard Hourly Rate Schedule Emplovee Classification Rate/Hour (Range) Principal Engineer $140 - $210 /hour Project Manager /Planner $110 - $140 /hour Design Engineer (PE) $90 - $110 /hour Design Engineer (EIT) $70 - $100 /hour Designer /CAD Operator $65 - $90 /hour Clerical $45 /hour Mileage $65 - $90 /hour Reimbursable Cost Plus 10% Reproduction work will be at current commercial rate. Subcontractors will be paid for at actual invoice cost plus ten percent (10%) Exhibit B-2 and attachment B1.doc EXHIBIT "B-3A" (Supplement to Attachment B) SUMMARY OF TOTAL PROJECT FEES Street Reconstruction, and Water Replacement On Christine Ave., Christine Ct. & Quinn St. City Project No. 01265 Consulting Firm Prime Responsibility Amount Prime Consultant: DeOtte, Inc. Engineering Design $80,635.00 72% Project Management Proposed M/WBE Sub -Consultants Amount Gorrondona & Survey & Easements $23,819000F21% Associates, Inc. Non-M/WBE Consultants: CMJ Engineering, Geotechnical Study & $7,300000 7% Inc. Pavement Design City M/V1/BE Goal = 16% Exhibit B-2 and attachment 81.doc EXHIBIT "B-3B" (Supplement to Attachment B) PROFESSIONAL SERVICES FEE SUMMARY Street Reconstruction, and Water Replacement On Christine Ave., Christine Ct. & Quinn St. City Project No. 01265 Part A —Conceptual Design, and Part B —Plans Cl"d Specifications Transportation &Public Works: (Construction Cost x ASCE Curve "A" x 85%) Paving &Drainage $669,066 x 7.75% x 85% _ $ Water Department (Construction Cost x ASCE Curve "A" x 85%) 44,075 Water Improvements ($103,980 x 7.75% x 85%=) $ 6,850 Sanitary Sewer Improvements ($128,787 x 7.75% x 85%=) $ 81484 Total Water and Sewer $ 15,334 T&PW, Water and Sewer: Basic Services Total Additional Services: Transportation &Public Works: Water Department: T&PW, Water and Sewer: Additional Services Total: TOTAL PROJECT FEE Exhibit B-2 and attachment B1.doc $ 59,409 $ 36,770 $ 52,345 $ 111,754 EXHIBIT "B-3B" (Supplement to Attachment B) SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) Street Reconstruction, and Water Replacement On Christine Ave., Christine Ct. & Quinn St. City Project No. 01265 A. SUMMARY OF TOTAL FEE Service Description Water Sewer Paving Total Engineering Services $6,850.00 $8,484.00 $44,075.00 $591409.00 Additional Services $3,724000 $4,552.00 $20,250600 $28,526000 Surveying Services $31824.00 $3,475.00 $16,520.00 $23,819000 Total $14,398000 $16,511.00 $80,845000 $1111754.00 1. 2. 3. a. Concept (30%) _ (Total Water Fee —Water Survey Fee) x (0.3) _ $ 3,172 b. Preliminary (60%) _ (Total Water Fee — Water Survey Fee) x (0.6) _ $ 6,345 c. Final (10%) = (Total Water Fee — Water Survey Fee) x (0.1) _ $ 1,057 a. Concept (30%) _ (Total Sewer Fee —Sewer Survey Fee) x (0.3) _ $ 3,911 b. Preliminary (60%) _ (Total Sewer Fee —Sewer Survey Fee) x (0.6) _ $ 7,822 c. Final (10%) = (Total Sewer Fee — Sewer Survey Fee) x (0.1) _ $ 11303 a. Concept (30%) _ (Total Paving Fee —Paving Survey Fee) x (0.3) _ $ 19,298 b. Preliminary (60%) _ (Total Paving Fee —Paving Survey Fee) x (0.6) _ $ 38,595 c. Final (10%) _ (Total Paving Fee — Paving Survey Fee) x (0.1) _ $ 61432 Exhibit B-2 and attachment B1.doc EXHIBIT "B-3C" (Supplement to Attachment B) FEES FOR SURVEYING SERVICES Street Reconstruction, and Water Replacement On Christine Ave., Christine Ct. & Quinn St. City Project No. 01265 Surveying Services: Paving: Topographic Surveys: 2400' +/- (ROW to ROW + 10' each side $ 13220 ($5.51 per linear foot) ,.00 600 LF (Storm Drain + Downstream) $ 3/300000 ($5.50 per linear foot) Easement Preparation (No easements included in contract, to be handled by amendment) 0-Permanent Drainage Easements $ 0.00 0-Temporary Construction Easements $ 0.00 T&PW Department Total for Surveying Services: $ 16,520.00 Water: [Survey Costs * 19%J (Based on % of Construction) Topographic Surveys: 1,600 +/- Waterline ($2.39 per linear foot) $ 39824.00 1,454 +A Sewerline ($2.39 per linear foot) $ 31475000 Easement Preparation: (No easements included in contract, to be handled by amendment) 0-Permanent Drainage Easements $ 0-Temporary Construction Easements $ Water Department Total for Surveying Services $ T&PW and Water Department Total for Surveying Services: $ Exhibit B-2 and attachment 81,doc 0.00 0.00 7,299.00 23,819.00 EXHIBIT "B-3D" (Supplement to Attachment B) ADDITIONAL SERVICES Street Reconstruction, and Water Replacement On Christine Ave., Christine Ct. & Quinn St. City Project No. 01265 Additional Services: Transportation &Public Works• Topographic Surveying Svcs. (by M/WBE) $ 16,520800 Geotechnical Study and Pvmt Design $ 71300000 Printing & Reproduction $ 21356800 Erosion Control Plans & SW3P $ 21500000 Traffic Control Plan $ 21500000 Meetings & Reports M/WBE Reports $ 316.00 Monthly Status Reports $ 1,000.00 Construction Services Monthly Site Observations $ 11264000 Design Clarifications, Answers $ 316.00 Final Field Inspection $ 316.00 10% Markup on Sub consultants $ 2,382.00 Additional Services TP&W Subtotal $ 36,770.00 _Water Department: Topographic Surveying Svcs. (by M/WBE) $ 71299000 Printing & Reproduction $ 828.00 Erosion Control Plans & SW3P $ 2,500.00 Traffic Control Plan $ 21500,00 Meetings & Reports M/WBE Reports $ 74.00 Monthly Status Reports $ 11000400 Utility Coordination Meetings $ 148.00 Construction Services Monthly Site Observations $ 296.00 Design Clarifications, Answers $ 100.00 Final Field Inspection $ 100.00 10% Markup on Sub consultants $ 730.00 Additional Services W&S Subtotal $ 15,575.00 (Water Additional Services Fee (45%) $ 7,548.00 (Sewer Additional Services Fee (55%) $ 8,027.00 T&PW, Water and Sewer: Additional Services Total: $ Exhibit B-2 and attachment B1.doc 52.345.00 EXHIBIT "B-3E" (Supplement to Attachment B) FEE FOR REPRODUCTION SERVICES Street Reconstruction, and Water Replacement On Christine Ave., Christine Ct. & Quinn St. City Project No. 01265 Printing &Reproduction: Transportation &Public Works and Water Department; Final Plans: 4 sets of Const. Plans 2 sets of Specifications Bid Documents: 25 Sets of Const. Plans 12 Sets of Specifications $1.75/Sheet x 40 sht./plan x 4 $0.20/sheet x 280 Pg/Spec x 4 $1.75/sheet x 40 Sht./Plan x 25 $0.20/sheet x 280 pg/spec x 25 Mounted Exhibits for Public Meeting 1 Drawings $18.00/Board x 1 each $ 280.00 $ 224.00 $ 1,750.00 $ 672.00 Final Mylars for Record Purposes 1 Set of Plans $6.00/Sht x 40 Sht./Plan x 1 $ 240.00 Printing &Reproduction Subtotal $ 3,184.00 Transportation &Public Works $ 2,356.00 (based on 74% of construction cost) Water Department (Water & Sanitary Sewer) $ 828.00 (based on 26% of construction cost) Exhibit B-2 and attachment B1.doc EXHIBIT B-4 _ ENGINEER'S ESTIMATE SUMMARY OF POSSIBLE COSTS PROJECT DESCRIPTION: Christine Ave. TPW-2008-000188 X CONCEPTUAL DATE: 4/20/2009 PRELIMINARY PROJECT #: i 2009103 FINAL - __— __—__ ___._-------.----� _ __ ._ _ _ --•-- OWNER: I_ City of Fort Worth ----------- 1 --- 2 ------------------------------------- ITEM — —_— ------- -----__— I------ —.—. __ I COST _ 3 — 4 ---------- PAVING ---------- --- -- --- -- — 596,388 65 6 DRAINAGE $ 72,677.00 7 ; A IVUATI=P EXHIBIT B4A _ ENGINEER'S PROJECT DESCRIPTION: _ESTIMATE PAVING IMPROVEMENTS Christine Ave. TPW 2008-000188 ------------ X CONCEPTUAL PRELIMINARY - FINAL DATE: 4/20/2009 PROJECT #: I 2009103 OWNER: City of Fort Worth 2 Pro'ect Sin ---- g _ EA 3 $ 300.00 $ - 900.00 3 Pavement -Unclassified Street Excavation - Remove CY_ 4000 $ 10.00 $ 40,000000 4 Curb &Gutter -Remove LF 2600 $ 2.50 $ 6,500.00 5 DrivewayRemoveSF 11400 $ 2.10 $ 23,940.00 6 Mailbox -Remove EA 10 $ 20.00 $ 200.00 7 Walk-ADA Wheelchair Ramp Remove SF 165 $ 2.10 $ 346.50 8 Walk ~ Remove SF 2100 $ 1.75 $ 3/675600 _9 _Utility Adjustment ~ Repair LS 1 _ $ 51000.00 _ 51000.00 10 Subgrade-Lime for Stabilization - Install TON 145 $ 115.00 $ _ 161675,00 11 Subgrade-Lime Stabilized-32 Ibs/sy - Install SY _ _9000 $ 2050 $ 22,500000 --- -.... 12 Pavement Green Cement Install S_Y 8200 $ 33.50 $ 274,700.00 -- - 13 Curb 7 Inch Install LF 3700 $ 3.00 $ 11,100.00 14 Construct 6"x18" Header - . _.--.---..-----------.-_--- ------------------------------------�F----300 __ $ 3_30 i $ --- 990.00 15 Pavement -Silicone Joint Sealant -- Install LF 8500 $ 1.80� $ 15_ ,300000 16 Seed Hum -HMAC Std. S eed Hump Install EA 3 $ 300.00 $ 900.00 _17_ Pavement Marking Sto.Bar7_White_18 Inch Install LF _ 30 $ _ 10.00 $ _ _ _300600 _ 18 Sign -Street signs -Install - EA - 5 $ 450.00 $ 2,250.On ---19---- Walk-ADA-----Wheelchair-----------Ramp--- ~ Install _ _SF 330 $ 6.50 $ 21145400 --- ------------------------ 20 Driveway-6 Inch Install -" - .-_ - - SF 11400 $ 5.50 $ 62,700.00 _21 Walk4 Ft Install SF 2106 $ 4.00 $_ 8,400.00 22 - Retaininq.Wall Install CY 20 $ 600.00 $ 12,000400 23 Walk -Steps Install ------ ------ - - - - - --- ---- •----- --- - - - -- - --- - -- - -- - --- --- --- $ - 12.00 $ 3, 000.00 p SF 250 24 Mailbox Install EA 10 $ 125.00 I $ 11250.00 _ 25 _ Topsoil ~ Install CY 1300 $ 14.00 $ _ 1_8,200.00 26 Grass-HVdromulch Seeding__'Install M - - m SY - 4200 $ -- 1.00� $ 4,200,00 27 - - ------- ------ _ _ -- --- - -----------................------ -- ---- - ----- ------------ -._..._-$ - 288 Sign -Barricades & Traffic Routing Install_ LS 1 $_ 51000.00 1 $ 51000,00 30 ------ --- .. ---------------- 31 32 PREPARED BY: Sub -Total Const. Cost $ 542,171.50 REVIEWED at APPROVED: Contingency 10%., : $ 54,217.15 TOTAL TED EXHIBIT B4B ENGINEER'S ESTIMATE DRAINAGE IMPROVEMENTS _ PROJECT DESCRIPTION: Christine Ave. TPW-2008-000188 ----- - - - - - ------------------..-:-.-.-.-.. i - --- - - - ---... X CONCEPTUAL DATE: I 4/20/2009 PRELIMINARY PROJECT #: 2009103 FINAL -- _ __.---------------------------.__---- OWNER:- i City of Fort Worth -- No. DESCRIPTION UNITS QTY. UNIT COST F COST 1 P!Re.~ Remove LF 250 $ 25.00 i $ 61250,00 2 Headwall _ Remove LS 1 $ 750.00 $ 750.00 EXHIBIT B4C ENGINEER'S WATER _ESTIMATE IMPROVEMENTS ----- PROJECT DESCRIPTION: Christine Ave TPW 2008-000188 X CONCEPTUAL --- ---- --- --- - -- ---- - -- ---- - ---- ---- - --- - -- PRELIMINARYPROJECT - - -- -......--- DATE: D TE. - -- - --- --- - _i-- 4/20/2009 #: ------ 2009103 FINAL - — ^------------------ _ OWNER:- City of Fort Worth -- --- No. DESCRIPTION UNITS QTY. UNIT COST COST PIS --- -Remove ------------ ------------ LF 1 $ 2.0000 3,240.00 2 Fire H drant _ Remove - -- - 220 -- _$ _ EA $ 250.00 ; $ 500.00 3 Valve -Gate Remove — - ---- 4 --------------------------------------- Pipe-Pressure-8 Inch Install --- - -----4---- $ - 250_00 -- �.000.00 PVC $ 30.00 5 Pipe Fittings- < Than 16 Inch DI ($ _$ 48,600.00 Pipe Install TON 0.8 $ 3,100.00 $ 2,480.00 6 Valve-8 Inch -Gate Valve w/Box - Install EA 4 $ 950.00 $ 31800000 7 Fire Hydrant ~ Install 8 Fire Hydrant -Barrel & Stem Extension ~ Install EA 2 $ 2,200.00 $ 4,400.00 VF 6 $ 17.00 $ 102.00 9 Meter Box -Class A Install (Poiethylene) EA 37_ $ 115.00 1 10 _ Water Service-1 Inch Install ------ -- - $ ---- 41255,00 _ LF LF 925 $ 9.00 �-$ 81325000 11 Water Service-1 Inch-Ta to - Install EA 12 -Main Connect to Existing 37 $ 250.00 $ 9,250.00 ---------- ------------ System EA 2 $ 1,000.00 $ 2,000.00 3 — Furnish and Lay 2" Tem ora Water Service - -- ----- -- ---- - -----. I? . .rY-_. - L_S 1 $.. 5,000 $_ 51000600 Min. 2-inch Hot Mix on 8-inch Non -Reinforced .00 - 14 Concrete Base Permanent Pavement Repair LF 45 $ 35.00 $ 11575,00 16 - --- 17 ------------ - 18 -------- ---- -- -_ - - --- - - -- ----------- - -- -- - --- -- 20 2122 — - -- ------------------------------ ----- ---- ------ ---------------- - ---- - - ----- - - --------- -- -----------...... -... ------------------------------- -- 24 25 ---------------- ------- -- i • 26 ---- --- -- --- - - ------ - ------------------ ----- ----- -- -- - -- --- -- -- - -- --- .... ------ �— ----------- - -- --28--- ---------- ...........-- - -- - .......----- - -------- - --- -- - - - - - -- ------- - -- -- ----... - ---- - -- - -- -- - 29 - - - --- 30 ----------- ---- ---- 31 --------------------- - -- ._.. _-- ----- 32 { PREPARED BY: ---- -- — -- -- Sub -Total Const. Cost $ 94,527.00 REVIEWED & APPROVED: - --------- -------------- . Contin enc '10%: $ 9.452.70 _,> ..::<.> TOTAL ESTIMATED COST $ 103.979.70 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A CITY PROJECT NUMBER: 01265 DESIGN OF STREET RECONSTRUCTION, AND WATER REPLACEMENT CHRISTINE "E., CHRISTINE CT. & QUINN ST. There are no changes and amendments to Standard Agreement and Attachment A. Consulting Contract Schedule Specifications City of Fort Worth Capital Improvement Program FORT WORTH Dept.: PMO Isubject, Schedule Specifications lVersione 1.0 Effective Date: June 30, 2009 This PRO1 Document, CO Attachment D - Project Schedule as The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: - Primavera (Version 6.1 or later or approved by CITY) Primavera Contractor (Version 6.1 or later or approved by CITY) Primavera SureTrak (Version 3.x or later or approved by CITY) - Microsoft Project (Version 2003/2007 or later or approved by CITY) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice -to -proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any, and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks, subtasks, and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities, key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points, including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, CITY OF FORT WORTH, TEXAS 1 OF 2 PROGRAM MANAGEMENT OFFICE • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, • Other schedule -related issues that the CONSULTANT. wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. 25. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document, D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in ITT A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. CITY OF FORT WORTH, TEXAS 2 OF 2 PROGRAM MANAGEMENT OFFICE City of Fort Worth, Texas Mayor and Council Communication • � ��: • - REFERENCE NO.: C-23711 SUBJECT: Authorize an Engineering Agreement in the Amount of $111,754.00 with DeOtte, Inc., for the Design of Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Christine Avenue, Christine Court and Quinn Street and Adopt Appropriation Ordinance It is recommended that the City Council: 1. Authorize the transfer of $48,521.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $24,710.00 and Sewer Capital Projects Fund in the amount of $23,811.00; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $24,710.00 and the Sewer Capital Projects Fund in the amount of $23,811.00 from available funds; and 3. Authorize the City Manager to execute an Engineering Agreement with DeOtte, Inc., in the amount of $111,754.00 for the design of pavement reconstruction and water and sewer main replacement on Christine Avenue, Christine Court and Quinn Street. DISCUSSION: The 2008 Capital Improvement Program (CIP) includes funds for pavement reconstruction on the following streets: Christine Avenue Burchill Road to Quinn Street Christine Court Quinn Street to McKenzie Street Quinn Street Christine Avenue to McKenzie Street In addition, the Water Department has determined that the existing water mains on the identified streets are severely deteriorated and should be replaced with this project. DeOtte, Inc., proposes to perform the necessary design work for a lump sum fee of $111.754.00. City staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the Engineering Agreement, $38,003.00 ($10,312.00 water, $7,300.00 sewer and $20,391.00 street) is needed for project management and design review. M/V1/BE — DeOtte, Inc., is in compliance with the City's M/V1/BE Ordinance by committing to 30 percent M/VVBE participation. The City's goat on this project is 16 percent. Logname: 202008CONTRACTSA Page 1 of 3 This project is located in COUNCIL DISTRICT 5, Mapsco 78N and 78P FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements 2008 Fund. FUND CENTERS: TO Fund/Account/Centers 1&2)P253 476045 6051701265ZZ 1&2)P258 476045 7051701265ZZ 2)P253 531350 605170126510 2)P253 531350 605170126520 2)P253 531350 605170126530 2)P253 531200 605170126531 2)P253 531200 605170126532 2)P253 531200 605170126533 2)P253 531200 605170126551 2)P253 531350 605170126560 2)P253 533010 605170126581 2)P258 531350 705170126510 2)P258 531350 705170126520 2)P258 531350 705170126530 2)P258 531200 705170126531 2)P258 531200 705170126532 2)P258 531200 705170126533 2)P258 531200 705170126551 2)P258 531350 705170126560 2)P258 533010 705170126581 CERTIFICATIONS: Submitted for City Manager's Office �• Originating Department Head• Additional Information Contact• ATTACHMENTS FROM Fund/Account/Centers $24.710.00 1) PE45 538040 0609020 $23.811.00 � PE45 538040 0709020 1. 202008CONTRACT5A AO.doc (Public) 2. Accounting Info.pdf (CFW Internal) 1 695.00 3) P253 531200 605170126531 1 695.00 3) P253 531200 605170126532 6 356.00 3) P253 531200 605170126533 3 172.00 3) P253 531200 605170126551 6 345.00 3) P258 531200 705170126531 1 057.00 3)P258 531200 705170126532 3 824.00 3)P258 531200 705170126533 283.00 3) P258 531200 705170126551 283.00 � C204 531200 205400126531 1 200.00 3) C204 531200 205400126532 1 200.00 � C204 531200 205400126533 4 500.00 3) C204 531200 205400126551 3 911.00 7 822.00 1 303.00 3 475.00 200.00 200.00 Fernando Costa (8476) William Verkest (7801) Joseph Bergeron (2384) $24.710.00 $23.811.00 3 172.00 6 345.00 1 057.00 3 824.00 3 911.00 7 822.00 1 303.00 3 475.00 $19.298.00 $38.595.00 6 432.00 $16.520.00 Logname: 202008CONTRACTSA Page 2 of 3 3. DeOtte.�df (CFW Internal) 4. FAR Contract 5A -Sewer (3).pdf (CFW Internal) 5. FAR ContractSA -Street (�pdf (CFW Internal) 6. FAR ContractSA -Water (3).pdf (CFW Internal) 7. Map 202008CONTRACT5A.pdf (Public) 8. MWB_E Contract SA.pdf (CFW Internal) 9. PE45-072209.pdf (CFW Internal) Logname: 202008CONTRACTSA Page 3 of 3