Loading...
HomeMy WebLinkAboutContract 42875CITY SECRETARY Yfs 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 $49,810.00 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: 11/29/2011 Page 1 of 8 OFFICIAL RECORD CITY SECRETARY ! r I=T WC�,!,TH, TX rC - D� I N Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of three 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. 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. I. 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 S)�' ATTEST: APPROVED AS TO FORM AND L By: q- 1:56`6g1'ai-\-N- . Black Assistant City Attorney M &C No.: 4A M &C Date: City of Fort Worth, Texas Standard Agreement for Professional Services PMO Official Release Date: 11 /29/2011 Page 8 of 8 day of / 2. dvonq FOtA,."�IQITY OF FORT WORTH o 40 Fernando Costa * Assistant City Manager ROVAL RECOMMENDED By: 'L'� Ii. W Dou Wiersig, P.E. Dire or, Transportati and Public Works Department Freese and Nichols, Inc. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ATTACHMENT "A" Scope for Engineerinta Design Related Services for Street Imorovements 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 of East Rosedale Street Improvements as a 4-lane undivided roadway. This project will include street reconstruction, streetscape and landscape enhancements, drainage improvements, traffic signal improvements, utility design, and roundabout design. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design — (Initial Drainage Analysis and Utility Coordination) (Full Conceptual Design Is Not Included) — To be added by future amendment. Task 3. Preliminary Design — (Not Included) — To be added by future amendment. Task 4. Final Design — (Not Included) — To be added by future amendment. Task 5. Bid Phase Services — (Not Included) — To be added by future amendment. Task 6. Construction Phase Services — (Not Included) — To be added by future amendment. Task 7. ROW /Easement Services — (Not Included) — To be added by future amendment. Task 8. Survey control and drainage cross sections (Full topographic survey for the project Is Not included) — To be added by future amendment. Task 9. Permitting (Not Included) — To be added by future amendment. 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 (Initial Team Management) • 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 • Coordinate subconsultant tasks and update CITY on subconsultant status City of Fort Worth, Texas Attachment A PMO Release Date: 06.19.2010 Page 1 of 5 1.2. Communications and Reporting (Initial Project Communications) • 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 (2 Meetings) • Conduct and document weekly project update meetings with CITY Project Manager (8 Meetings) • Conduct review meetings with the CITY at the end of each design phase (2 Initial Design Review Meeting) • 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 • 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 • The extent of design management in this proposal includes effort required to begin development of the design concept and coordinate the design survey (Tasks 8). Additional effort for this task will be included in a future amendment. 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 F. Monthly M/WBE Report Form and Final Summary Payment Report Form City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 2 of 5 TASK 2. CONCEPTUAL DESIGN — ENGINEER will provide the following initial conceptual design elements 2.1. Roadway Drainage System Analysis • ENGINEER shall collection existing drainage system as -built data, conduction project site visits and preform an existing system drainage analysis to identify and deficiencies with the existing drainage system. The proposed system analysis is NOT included in this contract. These services will be added by amendment. 2.2. Utility Management • ENGINEER shall collection existing City of Fort Worth water and sewer asbuilt plans and attend an initial meeting with franchise utility companies to begin the utility coordination efforts for the project. Develop of Existing Utility maps and full coordination efforts are NOT Included in this contract. These services will be added by amendment. 2.3. Drainage Study (Initial Analysis of Sycamore Creek Proposal) • Data Collection — This task includes assessments, investigations, and an inventory process to compile an understanding of the City's existing stormwater infrastructure along the East Rosedale Street corridor. o Prepare a base map for the study area consisting of aerial photography, two -foot topography, and existing storm drain infrastructure obtained from the City. Obtain available topographic maps, zoning maps, thoroughfare master plan, previous studies /plans and land use maps from the City. • The City will provide previous drainage studies performed within the study area of the Project. • Obtain "As- Built" plans for streets, storm drains, culvert/bridge crossings and channel improvements along the project stream study limits within identified study areas. This scope assumes adequate plans will be available from the City for the study areas. o Perform two (2) field visits to evaluate general watershed and hydraulic conditions. The Engineer will field verify modeling parameters such as existing drainage infrastructure, landuse, and Manning's roughness coefficients (i.e., "n- values ") and document with photographs. o Storm sewer pipes will be modeled based on "As- built" plans provided by the City and limited field survey to verify the "As- built" plans. • Existing Conditions Hvdrolotaic and Hydraulic Analysis —This task includes hydrologic and hydraulic analysis to compile an understanding of the watersheds affecting the East Rosedale Street at Sycamore Creek Bridge. 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 at Sycamore Creek Bridge. Only cross drainage will be analyzed. • The following cross drainage structures are expected to be analyzed: ■ Sycamore Creek Bridge • For the Sycamore Creek bridge, FNI will utilize the draft Sycamore Creek hydraulic models prepared by the RAMPP team for FEMA. These City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 3 of 5 models are currently undergoing an over the shoulder review by the local communities and are expected to be issued as preliminary models in February 2012. FNI will update the models in the vicinity of Rosedale Street with field survey. There are six additional cross drainage structures that are NOT Included in this contract. These services will be added by amendment. Conceptual Design of the Roadway, Roundabouts, Traffic signal, Streetscape elements, and water and sewer design are NOT included in this contract. These services will be added by amendment. TASK 3. PRELIMINARY DESIGN (60 PERCENT) — NOT included in this contract. These services will be added by amendment. TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT) — NOT included in this contract. These services will be added by amendment. TASK 6. BID PHASE SERVICES — NOT included in this contract. These services will be added by amendment. TASK 6. CONSTRUCTION PHASE SERVICES — NOT Included in this contract. These services will be added by amendment. TASK 7. ROW /EASEMENT SERVICES — NOT included in this contract. These services will be added by amendment. TASK 8. SURVEY CONTROL AND DRAINAGE CROSS SECTIONS. ENGINEER will provide survey support as follows. 8.1. Design Survey (Initial Survey of Creek Cross Sections) • ENGINEER shall establish horizontal and vertical control for the project from existing City of Fort Worth Control. The horizontal control shall be NAD83 and vertical control shall be NAVD88. ENGINEER shall provide four (4) cross sections along Sycamore Creek with the bridge subcomponents, three (3) cross section location just north of the storm drain out -fall at the intersection of Rosedale and Hendricks, and provide one (1) cross section located west of the storm drain structures at the intersection of E. Vickery and Collard. Locate all storm drain structures at the intersection of Rosedale and Hendricks, and all structures from the intersection of Rosedale and Ayers, down Ayers to E. Vickery, down E. Vickery to Collard (out - fall). This shall include locating all storm drain inlets, manholes and culverts along the described routes. Pipe sizes, directions and flowline information shall be provided on all of the study area. Full Roadway Topographic survey for the project from SU City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 4 of 5 287 to Miller is NOT included in this contract. These services will be added by amendment. ENGINEER will perform a Level "C" subsurface utility investigation using existing City of Fort Worth drainage plans and field surveyed structures to depict the horizontal and vertical position of storm utilities from the south ROW of Rosedale down Ayers to E. Vickery and down E. Vickery to the Collard Street outfall. Full Level "A" or "B" SUE for franchise utilities are NOT included in this contract. These services will be added by amendment. TASK 9. PERMITTING — NOT included in this contract. These services will be added by amendment. 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 agreed upon in writing by both parties before the services are performed. These additional services include the following: • All services included in Task 2 — Full 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 9 — Permiting of the City of Fort Worth Attachment "A" to Standard Agreement for Engineering Related Design Services • Providing GIS mapping services or providing renderings, models or mock -ups at the request of the CITY. • Additional field survey outside the limits defined in Work To Be Performed. • 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 • 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. • Providing value engineering studies or reviews of cost savings proposed by construction contractors after bids have been submitted. • USACE Section 404 Pre - Construction Notification or Individual Permit. • Any additional permit preparation, application and/or coordination not specifically identified in this contract. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 5 of 5 ATTACHMENT B COMPENSATION Design Services for East Rosedale Street Improvements City Project No. 00142 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $49,810.00 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. B. The ENGINEER shall be paid monthly payments as described in Section 11 - 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 Ill. 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. 111. 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 B -1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility FAA Amount Prime Consultant Freese and Nichol $37,810-00 1 Proposed M/WBE Sub - Consultants 75.9% Gorrondona & Associates, Inc. Survey Control / Drainage XS $12,000.00 24.1 i Non -M/WBE Consultants TOTAL $49,810 000 1000% Project Number & Name Total Fee M/WBE Fee M/WBE 00142 East Rosedale Street Improvements $49,810.00 $12,000.00 24.1 City M/WBE Goal = 24% City of Fort worth. Texas Attachment B PMO Official Release Date: S. 19.2010 Page 2 of 3 Consultant Committed Goal = 24.1 % M lihnlilud�ihuili'[ �IIIIIIIIII�IIIIIIIIIIIII!Gl I�IIIIIIIh�IIIIIIIINIIII�No lilnlllnl�uulllq�llll�ll9 �IIIIIIIN�IIIIIIII IIII��Io ��IIIIIIIII�IIIIIIIYIIIIIH,I ILlnnithuhdunr�ll I�illliiiiiilliilfi illi�li 111IIIIII�IIbul�Nlllllll llll��!!lI�IIIIIIII�IiWl�ll I ilhl uiIiIIIIIIIN�III�III �IIIIIIIII�I�IiI�gYllll�ll� �lllllllll�lnllll�llllllnl �IIIIIIIII�IIIEIIllllllli�lll �lllllllli�lllill(IIIIII(�III 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, Tema Attachment B PMO Official Release Date: 5.19.2010 Page 3 of 3 B -3 E N O a` a` i i LL a lib all >d�i2s �1 �3 a N �INIII 1 Y O 3 v r a 9 a C) • O1 a 0 |� 2| a 2 2! ! / � � � eE � � 2\ \ cm 2 382 R ■ 7 , � � ' � � � .. .. �g� �} � ;� 2 2 �2�� J 22zI�2 i E � ©22�j§ I} �o \� \ \ \ \� \ \ \ \\ �2 k# ®B� $� )g2 ;a -� ■ og § 2 i E ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for East Rosedale Street Improvements City Project No. 00142 There are no amendments to the Standard Agreement. City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page 1 of 1 Consulting Contract Schedule Specifications FORT WORT H City of Fort Worth Capital ImprovemeM Program Attachment D - Project Schedule This PROIECT requires a Tier 3 schedule as defined herein and in the City's Schedule Guidance Document. 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 in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks, subtasks, and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities, key milestones, and dependencies/ relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points, including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, City of Fort Worth, Texas Attachment D PMO Release Date: 02.15.2011 Page 1 of 2 • Other schedule - related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. 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 in 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 aIL � SL I 11 W N 1 y O � Q 8I 1lI N � � � O'• p O • p 0 p p Z'� e r► A 0 W. W N WIN N N N" N ' N jJ: . N' N • G N N Pu R N r . "r N N C L 8 - -..._. -- .- - -- . - ..._. _ -. N N l f r.. .. - - -. . -...- ;... ...- .. -... r► A 0