Loading...
HomeMy WebLinkAboutContract 43013CITY SECRETARY CITY OF FORT WORTH, TEXAS CONTRACT NO. STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality (the "CITY "), and Freese and Nichols, Inc., authorized to do business in Texas, an independent contractor ( "Consultant "), for a PROJECT generally described as: East Rosedale Street Improvements from Miller Avenue to U.S. Highway 287 (City Project No. 00142). Article I Scope of Services (1) Consultant hereby agrees to perform as an independent contractor the services set forth in the Scope of Services attached hereto as Attachment "A ". These services shall be performed in connection with East Rosedale Street Improvements from Miller Avenue to U.S. Highway 287. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and /or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "B ". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A ". However the total fee paid by the City shall not exceed a total of $1,598,450.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. City of Fort Worth, Texas Standard Agreement for Professional Services PMO Official Release Date: 11129/2011 Page 1 of 8 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of fifteen months, beginning upon the date of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) In accordance with Texas Local Government Code Section 271.904, the Consultant 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 Consultant or Consultant's agent, consultant under contract, or another entity over which the Consultant's exercises control. City of Fort Worth, Texas Standard Agreement for Professional Services PMO Official Release Date: 11/29/2011 Page 2 of 8 Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the Planning and Development Department, Attention: Dena Johnson, P.E., 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non - renewal, and /or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non - payment of premium. City of Fort Worth, Texas Standard Agreement for Professional Services PMO Official Release Date: 11 /29/2011 Page 3 of 8 e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self- funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article VIII Termination of Contract (1) City may terminate this Agreement for its convenience on 30 days' written notice. Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and does not City of Fort Worth, Texas Standard Agreement for Professional Services PMO Official Release Date: 11/29/2011 Page 4 of 8 commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter (2) If City chooses to terminate this Agreement under Article 8, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article 2 of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub - consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub - consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub - consultant reasonable advance notice of intended audit. (3) Consultant and sub - consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of Fort Worth, Texas Standard Agreement for Professional Services PMO Official Release Date: 11/29/2011 Page 5 of 8 Article X Minority and Women Business Enterprise (M/WBE) Participation In accordance with City Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises ( "M/WBE ") in City contracts. Consultant acknowledges the M/WBE goal established for this Agreement and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and /or the commission of fraud by the Consultant 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. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local 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. Consultant 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. Article XII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIII Contract Construction The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. City of Fort Worth, Texas Standard Agreement for Professional Services PMO Official Release Date: 11 /29/2011 Page 6 of 8 Article XIV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XV Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand - delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Planning and Development Department 1000 Throckmorton Street Fort Worth, Texas 76102 Consultant: Freese and Nichols, Inc. Attn: John Dewar, P.E. 4055 International Plaza, Suite 200 Fort Worth, TX 76109 Article XVI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement City of Fort Worth, Texas Standard Agreement for Professional Services PMO Official Release Date: 11 /29/2011 Page 7 of 8 Article XVII Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. Executed and effective this the�ty day ofo %012. ATTEST: pp'O °F ®f °��a A ° JCY ___ -- o a °a Oi FY 40o 00 O O MA °-4 0 o APPROVED AS TO FORM AN15LLXST By: 96i(—a=> Douglas W. Black Assistant City Attorney M &C No.: 1� ` 2- y``21- M &C Date: 3 2.. if Z City of Fort Worth, Texas Standard Agreement for Professional Services PMO Official Release Date: 11/29/2011 Page 8 of 8 CITY OF FORT WORTH By: Fernando Costa Assistant City Manager APPROVAL RECOMMENDED By Dougl Wiersig, P.E. Director, Transportation L Public Works Department Freese and Nichols, Inc. Joho Dewar, P.E. Pri cioal OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ATTACHMENT "A -1" Scope for Engineering Design Related Services for Street Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The project objective is the design the reconstruction of East Rosedale Street Improvements as a 4 -Lane undivided roadway from US 287 to Miller Avenue. The project will include street reconstruction, streetscape and landscape enhancements, drainage improvements, traffic signal improvements, utility design, and roundabout design. TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources City of Fort Worth, Texas Attachment A PMO Release Date: 06.19.2010 Page 1 of 20 WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW /Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Permitting Task 10. Additional Services TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources City of Fort Worth, Texas Attachment A PMO Release Date: 06.19.2010 Page 1 of 20 1.2. Communications and Repciling • Attend a pre- design project kickoff /chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct and document weekly project update meetings (up to 60 meetings) with CITY Project Manager • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the respective CITY Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: 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. ASSUMPTIONS • 60 project coordination meetings is included in this scope of services. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 2 of 20 F. Miomhly %111v1JB: Rehci i Form and anal Summai -y Payment Repert Fci m TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. 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, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • Subsurface Utility Engineering (SUE) provided per Task 8. 2.2. The Roadway Design Conceptual Design Package shall include the following: • Conduct project site visits to observe existing conditions • Existing typical sections of the roadway to be constructed along with proposed typical sections which outline the proposed improvements. Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs, sidewalks, and retaining walls. • Develop a project schematic layout to facilitate project communications and for use as public meeting exhibits • 30% Conceptual Roadway Plans • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. Traffic Control Plan: Develop a traffic control plan utilizing 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. Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. Provide a written summary of the distinct phases to take place during construction operations to include road and /or lane closures, limited access to adjacent properties, and limited access to pedestrian and bicycle traffic. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 3 of 20 • Proposed phasing of any water and sanitary see ^rer work that is included in this project documented in both the project schedule and narrative form. • Develop proposed roundabout plan view geometry • Conceptual plan and profile sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, city owned and franchise utilities, and existing roadway vertical alignments (profiles). • Drainage System Analysis include research of existing drainage system record drawings, development of drainage area map, storm drainage calculations, and preparation of plans view storm drain layout. Estimates of probable construction cost. 2.3.. The traffic analysis shall include the following: Traffic Counts will be collected for the peak AM, Noon, and PM at the intersections of Rosedale and Mitchell, S. Beach Street, Conner Ave., McKenzie St., Nashville Ave., Binkley St., Wesleyan St., Vaughn Blvd., Collard St., and Ayers Street. Classification 24 Hour traffic counts will be collected at the approaches to the intersection of Rosedale and Wesleyan, between US 287 and Mitchell and east of Ayers Street. • Warrant study will be conducted for the intersection of Rosedale and Wesleyan Avenue. Results of the warrant study will be documented in a technical memorandum. A roundabout analysis will be performed for the intersection of Rosedale and Mitchell Boulevard. An operational analysis will be performed on the existing traffic signal versus a proposal roundabout. Safety performance and predictions and comparisons will be developed for each option and a cost estimate will be developed for each option. The results of the analysis will be documented in a technical memorandum. 2.4. The utility management shall include the following: • Attend and. conduct franchise utility meetings for the Rosedale project (up to 6 meetings) 2.5. The drainage study scope for "Sycamore Creek" was included in the pre- engineering authorization and is not included in this scope of services. Additional drainage study analysis shall include the following cross drainage structures: • Existing 12'x6' box culvert near Stearns Street • Existing 30" storm drain at McKenzie Avenue • Existing 18" storm drain at Bishop Street • Existing 30" storm drain near Little Street • Existing 48" storm drain at Ayers Avenue • Existing 36" storm drain along Arch Street City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 4 of 20 FNI gill perform simplified analyses for 4 basins. This task includes hydrologic and hydraulic analysis to compile an understanding of the watersheds affecting the East Rosedale Street corridor. The results of the existing conditions analysis will be used in the proposed conditions analysis. FNI will use 2 -ft contours to delineate contributing drainage areas crossing the East Rosedale Street corridor. Only cross drainage will be analyzed. For cross drainage areas smaller than 200 acres (McKenzie, Bishop, Little, and Arch), peak discharges will be developed using the Rational Method for 2, 10, and 100 -year storm events. These peak discharges will be used to evaluate the capacity of existing downstream storm drain systems. FNI will document the results of the existing conditions analysis including existing pipe system capacities and key deficiencies such as right of way exceedance, road overtopping, and potential structure flooding. • For the existing 12'x6' box culvert near Stearns Street, FNI will prepare a HEC- RAS model. The hydrologic inputs will assume that the City of Fort Worth Burchill Channel project has been constructed. • FNI will prepare a skeleton hydraulic model of the trunk line using Infoworks SD to evaluate the capacity of undersized downstream systems. It is assumed that one (1) Infoworks SD model will be prepared for the storm drain line from Rosedale north on Ayers Avenue and west on E. Vickery Street. • Prepare a final report containing exhibits, tables, methodologies, opinions of probable costs, models, results of analyses, and CD with electronic files. Submit two (2) copies of the draft report for City review. Submit four (4) copies of the final report to the City. • Attend two (2) meeting with the City Stormwater department to review and discuss the results of the drainage study. 2.6. Complete Streets and Urban Design Concepts: • Following the 1St Citizens Advisory Committee Meeting, FNI will prepare streetscape typical sections. It is assumed that our team will prepare up to 3 typical section options • Following the 1St Citizens Advisory Committee Meeting, FNI will develop plan view urban design streetscape concepts. It is assumed that our team will prepare up to three (3) sample plan view concepts and then we will prepare (1) final project layout for the selected option. • FNI will develop construction cost estimate for each of the streetscape options. • FNI will conduct a half day urban design workshop with our team and city staff to develop a vision and evaluate design alternatives for the project streetscape concept for further development by FNI. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 5 of 20 • FNI attend up to three (3) additional project meaiings to reviev, design concepts during the design development. 2.7. Water and Sewer Analysis: • Refer to Attachment "A -2" for water & water and sewer conceptual design scope 2.8. Bridge Inspection Report: • FNI will conduct a field inspection of the existing sycamore creek bridge and obtain and review recent TxDOT bridge inspection reports. • FNI will prepare recommendations for maintenance of the bridge based on TxDOT bridge inspection report data. 2.9. Website Development: • FNI will attend two (2) meeting with the City web site director and public involvement specialist to review the content and layout of the website. • FNI will development a project website include graphics, website hosting, and site navigation. • Throughout the life of the project including design and construction phases, FNI will manage the website content and make regular updates for project news, schedules and project exhibits. 2.9. Public Involvement: • FNI will develop a public involvement plan that includes three (3) Citizen Advisory Committee Meetings and two (2) general Public Meetings. • FNI will Coordinate the follow task for each Citizen Advisory Committee Meeting (3 Meetings). a. Work with team to develop key messages b. Research neighborhood associations for Citizen Advisory Committee c. Attendance at the three citizen advisory committee meetings i. Coordinate and confirm meeting locations for meetings. ii. Contact citizen advisory committee members to confirm attendance. iii. Send out meeting reminders to meeting. iv. Prepare name tags and room directional signage for meetings. v. Handle meeting logistics and registration /sign -in. d. Maintain Citizen Advisory Committee stakeholder list/database ASSUMPTIONS • 6 sets of 11x17 size plans will be delivered for the 30% design. • 3 plots of the project Schematic Design Layout will be submitted with the conceptual deliverables. DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 6 of 20 ENGINEER shall not proceed with Freliminary Design activities ', %ithcut v.ritten approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package B. Warrant study technical memorandurn C. Roundabout analysis at the intersection of Rosedale and Mitchell Boulevard D. Drainage Study Report TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Traffic Control Plan updated to reflect any changes as a result of the conceptual design submittal while also including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. 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). • SUE plan drawings. • Roundabout intersection design sheets will be prepared including geometric layout, intersection profiles, roundabout signage and marking plan. • Landscape, irrigation, and streetscape design sheets. The landscaping and streetscaping plans will be plan /plan and will identify the planning materials, and paving texturing and material types. These plans will also include dimensioning control for the location of planting materials and changes to sidewalk paving texturing. • The street lighting plans will extend from US 287 to Ayers including preparation of street lighting and pedestrian lighting plans including electrical service locations, conduit locations, street light locations, and foundation details. The scope does not include street lights between Ayers and Miller Avenue due to conflicts with the overhead utility poles. The existing cobra head lights located on the wooden utility poles will be maintained between Ayers and Miller. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 7 of 20 • Updated existing and proposed typical section sheets. • Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of vertical curves, grades, K values, e, and vertical clearances where required. • No less than two bench marks plan /profile sheet. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Overall project easement layout sheet(s). • Intersection layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and existing and proposed contours (0.25' intervals) • Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, and pavement details. • ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right -of -way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2 -foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of- way capacities and design discharges (5 -year and 100 -year frequencies) at selected critical locations will be provided. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the CITY's Storm Water Management Design Manual. All locations in the project area where 100 -year runoff exceeds available storm drain and right -of -way capacities shall be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. • Storm drain layout sheets showing location and size of all inlets, manholes, junction boxes, culverts and piping to include storm drain profiles showing existing and proposed flow lines, flows, lengths and slopes of pipe, top of ground profile over pipe and connections to existing or proposed storm sewer systems. • Preliminary signing, pavement marking, illumination and signal layouts. • Preparation of draft specifications 3.2. Geotechnical Investigation /Pavement Design Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 8 of 20 • The pavement borings for the project vras estimated at 18 borings at a depth c 10' before grade for subgrade recommendations and pavement design. • The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2005. The study shall include recommendations regarding utility trenching and identify existing groundwater elevation at each boring. 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Public Involvement: • FNI will conduct the final Citizen's Advisory Committee meeting during the preliminary design phase prior to the 1" public meeting. • After the conceptual design package has been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, and attend public meeting no. 1 to help explain the proposed project to residents. The CITY shall select a suitable location, prepare and mail the invitation letters to the affected customers. The ENGINEER shall prepare and meeting invite list and distribute invitations. • Prior to the bidding the project the ENGINEER shall prepare project exhibits, and attend preconstruction public meeting no. 2 to help explain the proposed project to residents. The CITY shall select a suitable location, prepare and mail the invitation letters to the affected customers. The ENGINEER shall prepare and meeting invite list and distribute invitations. 3.5. Utility Clearance The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, 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 (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 9 of 20 ASSUMPTIONS • All storm water calculations and design shall conform to the City of Fort Worth Storm Water Management Design Manual, March 2006. • 6 sets of 11x17 size plans will be delivered for the 60% design. • 6 sets of specifications will be delivered for the 60% design. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • 15 sets of full size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Geotechnical Report D. Estimates of probable construction cost E. Public Meeting exhibits TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). • Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Final draft construction plans (90 %) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100 %) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 10 of 20 ASSUMPTIONS • 6 sets of 11x17 size drawings and 6 specifications will be delivered for the 90% Design package. 0 A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. 0 4 sets of 34x22 size drawings and 4 specifications will be delivered for the 100% Design package. • A DWF file for the 100 % Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. 0 The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 11 of 20 and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation is to be uploaded into the project's Bid Responses folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 20 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and /or given to plan viewing rooms. • 12 sets of 11 x1 7 size plans and specifications (conformed, if applicable) will be delivered to the CITY. • PDF and DWF files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. City of Fort Worth, Texas Attachment A PNO Release Date: 08.27.2010 Page 12 of 20 G After the pre - construction conference, the Ei�G1NEEi[D\ shall provide project exhibits 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. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress for up to 15 site visits. The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information submitted by the inspector and /or Contractor. The drawings shall be submitted as full size (22" x 34 ") mylar drawings. • The ENGINEER shall submit a set of sealed conformed mylar drawings for record storage. Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DW F 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, " —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 and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 13 of 20 For information on the proper manner to submit files ar�d to obtain a file number fcr the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392 -8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • 15 site visits are assumed. • 10 submittal reviews are assumed. • 10 RFI's are assumed. • 2 Change Orders are assumed. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items E. Record Drawings TASK 7. ROW /EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right -of -Way Research • The ENGINEER shall determine rights -of -way, easements needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. Right -of -Way /Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right -of -way and permanent and /or temporary easements required to construct the improvements. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Bu=saw site. 7.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare, mail and obtain Temporary Right of Entries from landowners. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are City of Fort Worth, Texas Attachment A P%40 Release Date: 08.27.2010 Page 14 of 20 directly affected by the prcjecl and n0 easement is required t0 tenter then" property. The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS Right -of -Way research includes review of property /right -of -way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on- ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right -of -way takings, easement vacations and abandonments, right -of -way vacations, and street closures. 10 Right of Way Documents are included in this scope of services 10 Temporary Construction Easements are included in this scope of services DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms B. Temporary Right of Entry Letters TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey 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, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), 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. The design survey will extend the length of Rosedale from US 287 to Miller Avenue. The survey will extend 15 feet left and right of existing right -of -way line or building front. The design survey shall extend 200 feet down each side street except for Beach, Mitchel, and Ayers the survey will extend 300 feet. At Conner Avenue, Binkley, Collard Street and Campbell Street the survey shall extend from Rosedale to Avenue E. O The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: City of Fort Worth, Texas Attachment A PMO Re!ease Date: 08.27.2010 Page 15 of 20 - The following information about each Control Point; a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). - Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. - No less than two horizontal bench marks, per line or location. - Bearings given on all proposed centerlines, or baselines. - Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal • The ENGINEER shall prepare and letter to be distributed in the field that explains the scope of the project and the reason for the survey activity. 8.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level [D,C,B,A], as described below. The SUE shall be performed in accordance with CI /ASCE 38 -02. Quality Level D • Conduct appropriate investigations (e.g., owner records, County /CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and /or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground- mounted utility facilities in Quality Level C tasks. City of Fort Worth, Texas Attachment A PNO Release Date: 08.27.2010 Page 16 of 20 • Sur4ey sulface features Of Sui)suliace utility facliltles Cr systems, If such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and /or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow -up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B (includes tasks as described for Quality Level M • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and /or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single- conduit lines, and outside edges of multi- conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. • This scope of work includes 16,200 LF multiplied by 2.6 franchise utilities within the corridor for a total of 42,120 LF of Level "B" SUE for Franchise utilities. Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • This scope of work includes twenty (20) Level "A" test hole locations at locations to be determined by the engineering following the conceptual design. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 17 of 20 ASSUMPTIONS • 16,200 LF multiplied by 2.6 Franchise Utilities for Level "B" SUE • 20 Level "A" test holes DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. C. SUE plan drawings sealed by a professional engineer registered in the State of Texas. TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and /or permits normally required for a project of this size and type, as follows. 9.1. Storm Water Pollution Prevention Plan • 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 will be responsible for filing the SWPPP with appropriate regulatory agencies. 9.2. Environmental Services • Since the project includes NCTCOG RTR funding environmental documentation is required to be submitted for review and approval by NCTCOG. • Completing all forms /applications necessary to receive NCTCOG RTR approval. • Submitting forms /applications for CITY review • Submitting revised forms for agency review • Responding to agency comments and requests 9.4. Texas Department of Transportation (TxDOT) Access Permit at US 287 • Completing all forms /applications necessary. • Submitting forms /applications for CITY and TxDOT review • Submitting revised forms for agency review • Responding to agency comments and requests 9.6. Texas Department of Licensing and Regulation (TDLR) • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. City of Fort Worth, Texas Attachment A P%40 Release Date: 03.27.2010 Page 18 of 20 • SLi -,ivit ccnstruct�cn documents to the TDLR • Completing all TDLR forms /applications necessary • Obtain the Notice of Substantial Compliance from the TDLR • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests ASSUMPTIONS • Permit preparation will begin after approval of the Conceptual Design. • We do not anticipate reconstructing the Sycamore Creek Bridge and therefore have assumed that a CLOMR and LOMR will not be required for this project. DELIVERABLES A. Environmental Document B. TxDOT Access Permit at US 287 C. SWPPP TASK 10. ADDITIONAL SERVICES. ENGINEER will provided the following services if authorized by the City of Fort Worth. 10.1 Additional Design Survey • Following conceptual design Freese and Nichols will notify the City of any additional survey needs and request in written approval to authorize additional survey as required to proceed with preliminary and final design. 10.2 Additional Drainage Design Based on the results of the drainage study, design services for additional improvements to Rosedale Bridge could be required. This scope assumes relief culverts to the overbank will be added. This task includes preparation of construction documents for the proposed box culverts. This task does NOT include design of modifications to the actual bridge structure. Following the completion of construction, FNI will prepare and submit a LOMR to FEMA. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be City of Fort Worth, Texas Attachment A PN40 Release Date: 08.27.2010 Page 19 of 20 agreed upon in writing by both parties before the services are pelformed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and /or budget. • Services related to disputes over pre - qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services • Construction survey staking • SUE Level "B" for City water, sewer, and storm sewer • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • USACE 404 permit • Preparation and submittal of a CLOMR • Fees associated with filing LOMR are the responsibility of the City and are NOT included in this contract. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 20 of 20 ATTACHMENT A -2 DESIGN SERVICES FOR EAST ROSEDALE STREET IMPROVEMENTS CITY PROJECT NO : 00142 ATTACHMENT A -2 Scope for Engineering Design Related Services for Water and /or Sanitary Sewer Improvements DESIGN SERVICES FOR EAST ROSEDALE STREET IMPROVEMENTS CITY PROJECT NO.: 00142 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services TASK 2. WATER AND SEWER CONCEPTUAL DESIGN (30 PERCENT). The project consists of the following water and sewer improvements: Water • Replace existing 4 ", 6" water and loop N/S mains in Rosedale from Hall St. to Beach St. • Proposed 12" water in Binkley from Ave. E. to Rosedale • Proposed 12" water in Wesleyan from Ave. E to Rosedale • Proposed 12" water in Vaughn /Rosedale intersection • Proposed 12 -inch water from Beach to Collard • Proposed 12" water in Collard from Ave. E to Rosedale • Relocate or replace in place existing water line from Wesleyan to Collard • Replace existing 6" water from Collard to Ayers • Replace existing 8" water in Ayers from Avenue E. to Avenue F • Replace existing 12" water from Ayers to Chicago • Replace existing dual 12" water lines from Chicago to Miller with new 16" water (connect to existing 16" at Miller) • Abandon existing 20" water main from Eastside Pump Station to Ave. B • Proposed 8" water stub out to south on Little • Proposed 8" water stub out to south on Wallace • Proposed 8" water stub out to south on Arch • Replace 12" to north and east at Miller and reduce to exist water mains City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 1 of 6 ATTACHMENT A•2 DESIGN SERVICES FOR EAST ROSEDALE STREET IMPROVEMENTS CITY PROJECT NO : 00142 Sewer • Replace L -2384 sta 0 +00 to 2 +50E • Replace L -1117 sta 0 +00 tO 4 +90E • Replace L -2076 sta 0 +00 to 3 +70E • Replace L -2387 sta 13 +69 to 33 +97E • Replace L -2387A sta 0 +00 to 0 +60 • Replace L -23876 sta 0 +00 to 2 +25E • Replace L -2387C sta 0 +00 to 0 +60E • Replace L -4825 sta 0 +00 to 5 +OOE • Replace M -29R* crossing • Replace Existing M -36 crossing • Replace Existing M -164 crossing ENGINEER will develop the water and sewer conceptual design as follows: 2.1. Data Collection • Obtain water and sewer record drawing data from the CITY. • The ENGINEER shall evaluate potential conflicts with new storm drain design for Rosedale Avenue and develop solutions to resolve conflicts. • Evaluate potential conflicts between proposed roadway /storm drain design and existing 20 ", 24" and 54" water lines and adjust design if possible to avoid conflicts. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with Texas Wesleyan University to discuss existing water lines on the property and future development plans as well as meetings with other affected property owners and businesses as necessary to develop sewer and water re- routing plans. • 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. 2.2. The Conceptual Design Package shall include the following: • Graphic exhibits and written summary of the recommended water and sewer improvements. • Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative form. • Estimates of probable construction cost. City of Fort Worth, Texas Attachment A PhMO Release Date: 08.27.2010 Page 2 of 6 ATTACHMENT A•2 DESIGN SERVICES FOR EAST ROSEDALE STREET IMPROVEMENTS CITY PROJECT NO.: 00142 ASSUMPTIONS • This scope does not include capacity analysis of water and sewer improvements. The sizing of water and sewer improvements will be as directed by the City of Fort Worth. TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet Overall project water and /or sanitary sewer layout sheets. 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. • Overall water and /or sanitary sewer abandonment sheet • Coordinates on all P.C.'s, P.T.'s, P-L's, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Plan and profile 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, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. 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. City of Fort Worth, Texas Attachment A PMO Release Date: 03.27.2010 Page 3 of 6 ATTACHMENT A•2 DESIGN SERVICES FOR EAST ROSEDALE STREET IMPROVEMENTS CITY PROJECT NO.: 00142 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. 3.2. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Utility Clearance The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, 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 (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Draft Final plans (90 %) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100 %) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27,2010 Page 4 of 6 ATTACHMENT A•2 DESIGN SERVICES FOR EAST ROSEDALE STREET IMPROVEMENTS CITY PROJECT NO :00142 TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation is to be uploaded into the project's Bid Responses folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS • The project will be bid only once and awarded to one contractor as part of the East Rosedale Street Improvement Project. • PDF and DWF files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda (Water and Sewer related items) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress for up to 10 site visits. The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 5 of 6 ATTACHMENT A -2 DESIGN SERVICES FOR EAST ROSEDALE STREET IMPROVEMENTS CITY PROJECT 140 :00142 inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the `Final" project walk through and assist with preparation of final punch list. ASSUMPTIONS • 10 site visits are assumed. • 4 submittal reviews are assumed. • 4 RFI's are assumed. • 2 Change Orders are assumed. DELIVERABLES B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items 0 City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 6 of 6 ATTACHMENT B COMPENSATION Design Services for East Rosedale Street Improvements City Project No. 00142 Compensation A. The total maximum compensation to the ENGINEER shall be $1,598,450.00 as summarized in Exhibit B -1 — Engineer Invoice and Section IV — Summary of Total Project Fees. B. The ENGINEER shall be compensated a total lump sum fee of $1,425,145.00 as summarized in Exhibit B -1 — Engineer Invoice and Section IV — Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. C. The ENGINEER shall be compensated for hourly charges and expenses, with the total not -to- exceed fee of $173,305.00. Payment to the total invoiced fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. D. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B -1, Progress Reports as required in item 111. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 1 of 3 i ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility I Fee Amount % Prime Consultant Freese and Nichols, Inc. I M/WBE Fee $1,161,155 72.65% Proposed M/WBE Sub - Consultants Gorrondona &Associates, Inc. Design Survey and SUE $227,020 14.2% Multatech Electrical Street Light Design $114,000 7.1% Open Channels Group Public Involvement $33,500 2.1% GM Enterprises Geotechnical Drilling $6,200 0.4% TSIT Soils Testing $3,800 0.2% Non -M/WBE Consultants Ourston Roundabout Engineering Roundabout Quality Assurance Reviews & Modeling $32,815 2.1% Landtec Engineers Geotechnical Engineering $14,460 0.9% GRAM Traffic Counting Traffic Counting $5,500 0.35% TOTAL $1,598,450 100% Project Number & Name Total Fee I M/WBE Fee M/WBE % $1,598,450 1 $384,520 24.0% City M/WBE Goal = 24.0% City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 2 of 3 Consultant Committed Goal = 24.0 % MR EXHIBIT "B -1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 3 of 3 V O J Z cv E E L 3 co C Ca) C N (7 E 3 — Na) a) 1.1. L C CO d a7 Fu M a) IL o co C� a7 v � v VI O � N C7 'o O O °" N C U C m N U E 7 Z U) T o- C- U U m S d U C 0 0 v v a 3 NN N m C m N O v C d R V w d E a` 0 C N r U 3 V C w 7 m O C C y N C L U U� C t U C y d LL d E Z T C ca Q E O U a d a c ao d� Q X C) O l ti a a E w 0 m ra U c � c � d CL U 7 N O d O > 2' d 0 .2 .. Na E E m c c >,0 0 O o O O > U >a i -- s R m S C rn in N d 7 5 d Q' r C d E T R a y H N R O H Y d Q E O U m ca C d L a> CL R d U �� U _ m 4] C N m v 0 7 > U � a >, U N O 0 > O C > _ y in a` a _ C y d d Q d E a o U 0 .• � c CL O 0 O U N C N N O ads c E 0 'E8 �a Soon O o O of C o N `) E M fA 69 fH as O r .2. U N d 0 d CL H L C Ul 'a o C d N � - C U ` m C N N m � m m O � a) d d d d d d O: Y Y Y Y Y Y (!7333333 R m S C rn in N d 7 5 d Q' r C d E T R a y H N R O H Y d Q E O U m ca C d L a> CL R d U �� ui § \( )| (� /7 \ \k rE / \}\ A )(A f e E j a)2 & ƒ k/ ) k m Q) =� ) \ ! ! » { ; §C) � C,4 \ ( w C, 0 \ U) .2 /\ 'n % z2 CL a ore..8e L \o) \) C a �/282 / \ \ } \\ .. \ ) \( fib E oar _ o o c co k CL z _ -( & -\ ®aJCD § /«(§25 L) G «aLL // 7 k F- 0 ) / j / { � k 3 ()�` � }L) }> @a. )) . o o< {!}( & 0 0, # � K2 �j \ ;R 7E ]J §\)§ }E a � m § \ � 7 k F- 0 ) / j / { � k 3 a L_ O 0 V �O N ! d� m o � T O a Ta N Q 9 O a m o m o o 'p m C � y E cu C � y y r O F r ?' u E c a C 0 m C YJ N LL p N L � O. d 0 N d c Ea m' y c L O o . u c N z .. o y c y o c o i m m 0 c 02 w d m 1 d b C N N n n a` ci i 0 U, N ❑ d 3 > U � v 0 p C 7 Q O _ N c p n U N a22X E mOFOU- N Q 4f E O 0 > O 7 — cr � _ i d C � w a. cQ _N G (B c v C � o a. U! a ❑ v Z y y a�i a o (0 m � y � ❑ U Q d @ '° � O d CL 3 ❑ •fn E Z us y0 u7 w y Q. N U'o T Z, U N ca C O— 0 ❑ ❑ ❑ t- 4- (L O O dO E 0 ❑a w a EEv 'U o d O O 0 0O- O- U�O iiUn3 U c>CLt - s a = C 9 E cu mm � m � U i 0 3 > U � n U N O 0 > O C > _ y w a. v m m a o U d w d O o a o E U 0 0 � O O E C m v 6 co d O p Q C N B 0 O O EQ Q C d E ° E c � E Z Q o° 0 0 0 0 r N C 3 v m c6 6 d O yj m E �a Q O U O N � � E c a` coo Q F- D _o t N N R O <'n N m Q E O U d C N d CL d O Li § §\ #§ \] \ \k )ƒ( \ \\\ ! \k J 2(J I 2 \ �2 . £m % /\;} a g A a7 °p'. 0 cl . U) \ m 5" 2 � a „ z, 2 2� /�§ /) �a /2a2 E ƒ / E 3 { o \ \ \ \\ /)(( ..) } E // ) o o W. �k�+..) _\2aa 213 (§25 : G«2 LL a/ \ a / \ w k E v & k � � 3 ()`` _ J/ m2 ƒ§ 0 o k), \\ 00 co 16 $ §2 2E \ §/ -oE \z ] 2(\i J 7 ± � n § \ o :f -_ \ � §§ \ a / \ w k E v & k � � 3 { : E § ƒ J \ ) 0 \ \ ) \{ ■; 22 \ E E � am mf} f } _ \- § 0 f k 2 m E . . \ (D � \\ Mo $ 7 °G \ \ \\ f \ t | U) ; ; §� E § / E p $j\ _ .. 7° % 2/ § (k Ix -- & V) % OW �`�\\ o .2 I �a /zO= o Jaz�J/ { : E § ƒ J \ ) 0 \ \ ) 0 C3 0 I Im m 11 Em mm, I loll I 0 MR N C U a H Q F n v L o N C N (7 � > U o � n > C i� m �t-ou Eo ;o _o �o UCH on ion IBM INE Pon- 0 mm III III mm, I ml 11110 go 11 i ME MR" Eo ;o _o �o UCH N U Z O � D _ c u - � U U � � v > N N 0 III 3 °= sae MR I IM111111111111ml 3 °= sae z .0 LU 3 o dJ 1 nub„ 011111111 ui NMI I 9 NO i In IM III I III IM IM I Sn ii u�i n�' �' � I Ili Eff � � flu MR In N I I I . . . . . . . . . . . dJ .0 E \� \\Lu 77] \�� � � \ \ ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for East Rosedale Improvements City Project No. 00142 <List any changes to the Standard Agreement> None: City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page t of I FORT WORTH Attachment D - Project Schedule Ris PROTECT rewires a Tier 3 sclledirle as tleflizcd herein ai7d in the Citil's Scliedrrle G11illmiee DoQ{nZe71 t. r D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: — Primavera (Version 6.1 or later or approved by CITY) — Primavera Contractor (Version 6.1 or later or approved by CITY) 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 u1 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 tinird 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 Dl 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 ire 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, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, City of Fort Worth, Texas Attachment D PNO Release Date: 02.15.2011 Page 1 of 2 • Uther sche(iule- related issues that the C-)NSUI- I AN I to conununirate to the CTIY. DI. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted u1 the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. City of Fort Worth, Texas Attachment D PMO Release Date: 02.15.2011 Page 2 of 2 LWV m V; AL O ------ - --------- -------------------------- E -- - - ---- -- --------- . ....... 7 7 ........... ------ --- ---------- ---------- ----- - ------- - ------- I - - - - -------- O ------ - --------- -------------------------- E -- - - ---- -- --------- . ....... - --------------- - --- - ----- --- ------------ - - - - — --- ------ --- ---------- ---------- ----- - ------- - ------- I - - - - -------- -- --- - -------- - ---- ----------------- - -------- -- -------- - - ----- ----- --------- . ................ ..... -------- ------------ - - - ----------- - --- ---- ----------- - CL - ------------ .......... ilia -- -------- ---- - j ---------- d ------------ --- - ------------- - - ---------- ........... ---- ---- ----- T, 9 1 v 'T ... . ............ - - - - - -------------- Vp co. ...... LU • ----- ---- ------ .......... -------- - .... - - ------- N --- - ------- ff ------------- ----- ---- - -- ----------- -------- --- .......... ------ ----- LL 33. pp PLi!ij - i i i iij P 9 g g 91 WI;191 g g 9 9 9 9 9 g u 2 I Fj gig g 91 9 9 9 9 9 9 9 IgI i I I Ub I I Ij- I 1° :�2 ��V;710,171 T. 1. 1. i— jai �4 i F. 8 !2 s 1!2 8 9 is 15! IT I' fill Fagg A. -F s Ei 2 s s R R 8 3 e Z� 3AV .1310 V2l8 3MVN2JV 3N r- -, cn w co Q o Z I 4 — ��a � '1 ' D1�= L II!': ill "i j TlIII 3AV 213111W L/ — 11— — =M =1C =���= - 11 11■ �■ �j '— — 1� ■ - �4! l n °al a m�l � ■ ®nu illll�_ u 1 3AV NVV�3100 LL • LU uj Is •O Lui tj MEMO ■ — _� -- .'71111 .� �� C -- ME ► s r co ___ — 1S NNV=l 11 ,- o ' HI` M M ❑TO] r _ Q 111 i • I- 1 .p .7 C CD U E c6 o❑ Q. E CD E C � (D CD R a� U 0 (D U) 2 w U) w_ O N V 'ca a c� 0 0 U w O a r H U -4 r$� o� Aa o� �y �y t� AiOOLb ' in ,,. - -. a•T !(. ,r�Y ��S ' A ws. l °., .1 j I�'� YY� 1 "�� '� S•• i1f� Di 19 �_ ^yrY �� _:�a� ate' ;�+ �r r �', .' �' ;.�•. C, - II� i 14r yy � •. 'Ur 1 d R Y 1 I ,,�'�, � Il d 0 Ju S -Sx'r Ai Ir'.:ayi ✓ ,mow, 9 "C J, YI 71' 1 t•S ..-1 if } s� 'ya *3 .t .9.. a r ��. j.�, ,'I 4r °*zr 4+€ -.i! - �, gee•- � �� � I_ s -`. .,���: Y .. r' c Y' r 7 jr ki � a * ^. ii a �, � (��4_:. ��.r��► I r.�„ — _ 1 . Sf �'�' { y�� i ra tea+ ,• •� � § yo, � rye -� � ::. -,ld. d �.. _l 'R � � f_ 1I f'•,y. �+;•. �'c tit'!` _`:>fj' t f '� -fi_,1� A � r ' Jv AF jr 1, Zic"Aq r ��� � ' }«,.� , air � n :�� t -"n / y�t vg 3,•+ r � n g yT ot � Y ! t d ! t ; .> o 1` �R i e , e, 1 s• . t y. i At'~ !I t o A I DA €'FORTWORTN t� -�•� -- COUNCIL ACTION: Approved on 3/20/2012 DATE: 3/20/2012 REFERENCE NO.: C -25508 LOG NAME: 20ROSEDALE -FN CODE: C TYPE: NON - CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Engineering Agreement with Freese and Nichols, Inc., in the Amount of $1,598,450.00 for the Design of East Rosedale Street from Miller Avenue to U.S. Highway 287 (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize execution of an Engineering Agreement with Freese and Nichols, Inc., in the amount of $1,598,450.00 for the design of East Rosedale Street from Miller Avenue to U.S. Highway 287. DISCUSSION: The 2000 Critical Capital Program and the 2004 Bond Program included funds for the reconstruction of Rosedale Street from Miller Avenue to U.S. Highway 287. In order to expedite delivery of the project, the City administratively executed City Secretary Contract No. 42875 with Freese and Nichols, Inc., on February 8, 2012 in the amount of $49,810.00, to provide pre- design surveys and engineering services for the roadway including Water and Sanitary Sewer relocation and rehabilitation. Freese and Nichols, Inc., was selected for design services negotiations after an extensive Request for Qualifications (RFQ) and Request for Proposal (RFP) was processed in December 2011. Approximately 50 proposals were submitted. Staff developed a short list and the top responder's proposals were reviewed by a selection committee consisting of representatives from The T, Tarrant County, the Parks and Community Services Department, the Planning and Development Department as well as the Department of Transportation and Public Works. Freese and Nichols, Inc., was the unanimous choice of the committee based upon its knowledge of the project area, ability to fast -track the design process, ability to develop a consensus among a wide variety of stakeholders and experience in creating unique design concepts reflective of the affected neighborhood. Staff has worked with Freese and Nichols, Inc., to develop a scope of services that helps to assure project construction beginning in the summer of 2013. The project scope includes the design of Rosedale Street as a four -lane undivided arterial road with sidewalks and pedestrian /landscaping improvements from Miller Avenue to U.S. Highway 287 as well as relocation and rehabilitation of Water and Sanitary Sewer utilities and evaluation of floodplain issues associated with the west end of the project at Sycamore Creek. Freese and Nichols, Inc., proposes to complete the plans and specifications for a lump sum fee of $1,598,450.00. Staff considers this fee to be fair and reasonable for the scope of services to be performed. It is anticipated that the cost to construct this segment of Rosedale Street will be approximately $14 million with funding from 2004 CIP Bond Funds ($6 million) and Tarrant County ($8 million). Water and Sanitary Sewer improvements will be funded through the Water Department Capital Projects Plan. Evaluation and design associated with floodplain issues will be funded from revenue bonds in the Storm Water Capital Projects Bond Fund. Freese and Nichols, Inc., is in compliance with the City's M/WBE Ordinance by committing to 24 percent M/ BE participation. The City's goal on this project is 24 percent. This project is located in COUNCIL DISTRICT 8. Page 1 of 2 i FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Critical Capital Improvements Fund, in the Water Capital Projects Fund, in the Sewer Capital Projects Fund and in the Storm Water Capital Projects Bond Fund. TO Fund /Account/Centers Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS 20ROSEDALE - FN MAP. pd FROM Fund /Account/Centers P253 531200 605170014230 $78,470.00 P253 531200 605170014251 $9,860.00 P258 531200 705170014230 $48.095.00 P258 531200 705170014251 $6,010.00 P227 531200 205280014230 $76.655.00 C116 531200 020116021222 $1,178.310.00 C116 539120 020116021222 $201.050.00 Fernando Costa (6122) Douglas W. Wiersig (7801) Dena Johnson (7866) Page 2 of 2