Loading...
HomeMy WebLinkAboutContract 40850 CITY SECRETARY CITY of FORT WORTH, TEXAS CONTRACT NO, L 5o STANDARD AGREEMENT T FO ENGINEERING EEI ING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort North, a home-rule municipal corporation situated in Tarrant: Denton, Parker and Wise Counties: Texas (the "CITY"), and ,Jacobs Engineering Group, Inc., (the "ENGINEER"),, for a PROJECT generally described as: Eastern Hills Drainage Improvements. Article Scope of Services K The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's ENGINEER' compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and parable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing: only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. N interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving days' written notice to CITY, suspend services under this AGREEMENT until City of Fort worth,Texas Standard Agreement for Engineering Related Design Servicias r PMO Official Release Date:5.19.2010 Page 1 of 1 • r paid in full. in the event of suspension of services, the ENGINEER EEI shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article I Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serge as the CITY's CITY' professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations 1 The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface i nvesti ati n in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of sane. Such surveys, tests, and investigations shalt be furnished by the CITY, unties otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. City of Fort worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:5.19.2010 Page 2 of 15 D. Preparation of Engineering Drawings The ENGINEER will provide to the CiTY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires} provided, however, that the ENGINEER hall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as ors-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's CITY' construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction {methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. E. opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services P O Official Release Date:5.19.2010 Page 3 of 15 (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the C ITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. construction Progress Payments Recommendations by the ENGINEER to the CITE for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in enact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain hover or for ghat purpose the construction contractor has used the moneys paid} that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the enact location, type of various components, or enact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. 1. Minority and Woman Business Enterprise IW E Participation In accord with City of Fort Worth ordinance No, 15530, as amended, the city has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the IIIIBE goal established for this contract and its accepted written commitment to /WBE participation. Any misrepresentation of facts (other than a negligent City of Fort North,Texas Standard Agreement for Engineering Related Design Servicer, PMO official Release Date:5.15.2010 Page 4 of 15 misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three 3 years. J. Right la t o Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent boobs, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate wort space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITE' shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subcon ultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) acrd, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000-00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITE' shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO official Release Date:5.1 . 010 Page 5 of 15 insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. il. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto —the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of many auto 11, including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. i. ENGINEER naive all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrellas liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER naives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by corkers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability—the ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1 ,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:5.10.2010 Page 6 of 15 (2) GENERAL INSURANCE REQUIREMENTS a. certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty 3 days notice of cancellation or material change in coverage shall be provided to the CITY. A ten 1 days notice shall be acceptable in the event of non-payment of premium. such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A. 1. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. . Any deductible or self insured retention in excess of $25,000.00 that would charge or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CIT . h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to revie w the ENGINEE 's insurance policies including endorsement thereto and, at the CITY's CITY' discretion; the ENGINEER may be required to provide prof of insurance premium payments. Lines of coverage, other than Professional Liability, under written on a claims-made basis, shall contain a retroactive date coincident with or prior City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO official Release Date:5,19.2010 Page 7 of 1 to the date Of the contractual agreement. The certificate Of insurance shall state both the retroactive date and that the coverage is claims-made. . Coverages, whether written On are Occurrence Or claims-made basis, shall be maintained without interruption nor restrictive modification Or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. ran. sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof On a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges es t the CITY that it has made full disclosure in writing of any existing conflicts Of interest or potential conflicts Of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts Of interest than develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous substances (1) If asbestos Or hazardous substances in any form are encountered Or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos Or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in Obtaining the services of a qualified subcontractor to manage the remediation activities Of the PROJECT. 0. Permitting Authorities - Design Charges If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at City of Fort Worth,Texas kandard Agreement for Engineering Related Design Services PMO Official Release Date.5.19,2010 Page 8 of 1 its own cost and expense. However, if design changes are required due to the changes in the permitting authorities7 published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER lull notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article Obligations of the city Amendments to Article V, if arm, are included in Attachment C. A. city-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CIT . B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER'S performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's CITY' facilities as may be required in connection with the ENGINEER's ervice . The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-wary, and access necessary for the ENGINEER'S services or PROJECT construction. City of Fort worth,Texas Standard Agreement for Engineering F etated Design Services PMO Official Release Date:5.19.2010 Page 9 of 15 D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER h n v r CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F Asbestos or Hazardous Substances ReIan . (1) CITY acknowledges ENGINEER will perform part of the work at CITY' facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prig role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, city hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGIf EEF 's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification an d Claim The CITY agrees to include in all construction contracts the provisions of Article I .E. regarding the ENGINEER's Personnel at Construction Site: and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Thir d-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection Frith, or resulting from the engineering services performed. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMQ official Release Date:5.19,2010 Page 10 of 1 Only the CITY will be the beneficiary of any undertaking by the ENGINEEI .'F (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITE' will include in each agreement it enters into with any other ntit y or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITE' has to bring a claim against ENGINEER. 1. ITY's insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure than Builders Risk Installation insurance is maintained at the replacement cost value of the PROJECT. The CITE' may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or separate agreement will be negotiated between the parties. K. changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through are amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article V1, if any, are included in Attachment C. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official F eiea a Date: .1 9.2010 Page 11 of 1 . Authorization t Proceed ENGINEEF shalt b aMuth ri d t proceed Frith this AG EEMENT upon receipt f � writt n Notice t Proceed fr m the CITE'. B. reuse Project Documents All designs, dra win , specifications, documents, rid other �r rl products f the ENGINEEF , �rh th r in hard copy r in electronic form, acre instruments f service for this PROJECT, wh th r the PF JECT i mpl t d r not. F u , change, r arlt ra�ti n b the CIT r bar others acting through r n behalf f the CIT f am such in trum nt f service Frith ut the writt n permission f the ENGINEEF gill b a�t the CIT ' sole ris . The CIT harll ern the ftnarl designs, dra ing , p ifi anti n arnd d um nt . C. Force ai ur irh ENGINEEF i not responsible for darmarg r d la r in p rf rmarn callused b ants f God, strikes, lockouts, aMidnt , r other events beyond the control f the ENGINEEF that pr v nt ENGINEEF ' p rf rmarn f its obligations hereunder. D. Termination 1 This AG EEMENT may b t rminart d only b th City for convenience n 3 days' writt n notice. This AG EEMENT may b t rminart d b either the CIT r the ENGINEER for aru if either party fail ub tarntia�lly t perform through n farult f the other and does not commence correction f such n np rf rmarn with in days f writt n notice arnd d ilig ntly complete the correction thereafter. 2 If this AG EEMENT i terminated for the convenience f the City, the ENGINEEF gill b paid for termination expenses a f ll ws: ar. Cost f reproduction f partiarl r complete studies, plains, p ifi anti n r other forms f ENGINEEF 's w r� product; b. Out- f-p i t expenses for pur ha sing electronic darta files arnd other dartar t rang supplies r rvi ; . The tim requirements for the ENGINEEF 'S personnel t document the r r� and r ay at the time f the CIT 's t rminati n for convenience that the �r rk effort i uitarbl for I n tim storage. 3 Prior t proceeding Frith termination services, the ENGINEER gill submit t the CIT an it mi d tart m nt f arll t rminarti n expenses. The CIT 's arppr varl gill b bta�fn d in writing prig t proceeding ith t rminarti n services. City of Fort Worth,Texas Standard Agreement for Engineering Related Design ervices PIV Official Release Date;5,19,2010 Page 1 of 15 E. Suspension, Delay, or Interruption to 11 rk The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's PROJECT' schedule, commitment and cost of the ENGINEER' personnel and subcontractors, and ENGINEER' compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an acct of negligence, intentional tort, intellectual property infringement, or failure to pay subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action: except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas hall govern the validity of this AGREEMENT,ENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. City of Fart Worth,Texas Standard Agreement for Engineering Related Design Services PMO Offic-ial Release Date:5.19.2010 Page 13 of 1 J. Severability and Survival If any of the provisions contained in this G EE LENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT lull be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., I.F., I.H.: and V1.1. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist r may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date:5.19.2D10 Page 14 of 1 Article 1111 Attachments, schedules, and Signatures This AGREEMENT,ENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a pant of this AGREEMENT: Attachment A - Scope of Services Attachment B — Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Executed this the 9C&da y of Sto. 1 20 11C.). ATTEST: CITY OF FORT WORTH ak &1'00V-vL k- k' -0= n B : WIWI Marty Hendrix ` IF OR r City Secretary reta �0 °° 0 Assistant City Manager 0 13 a APPROVAL RECOMMENDED U0 X7 °o 0 000000000 ,c+ William . V rk ,P.E. -Director X Ice 9 Transportation&Public Works Department APPROVED E AS TJD FORM LITY Jacobs Engineering Group, Inc. Assistant City Aftor�(6y ATTEST: Kevin P. Nelson Vice President of Operations B : r -CA4 e NU Q� 0, 4 Contract Aut or i iox 4- 0"* 1 t� Date City of Fort Worth,Texas Standard Agreement for Engrneering Related Design Set-vices PMO Official Release Gate:5.19.2010 Page 15 of 1 ATrACHMENT "A99 Scone for Engineerina Design Felted Services for SWU Projects — Eastern Hills Storm System 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 limits will be located within the Eastern Hills watershed and will generally consist of the following: Phase 1: The following scope items will be on a fast track schedule since funds are currently available: Fort worth ISD Detention Basin — Construction of a multi-use detention basin opposite of the Eastern Hills Elementary School on Fort worth ISD property. The purpose of the detention pond is to reduce the peals flows in the main Eastern Hills Storm System by holding the flows from approximately 94 acres of the southern half of the watershed. The detention basin will double as a soccer field when dry. The basin will have a quick draining under-drain in order to reduce the inundation time of the soccer field. Since the existing area is wooded a tree mitigation plan is required. Also to ensure safety, a fence will be installed around the detention pond. Shelton Inlets — Replacement and addition of inlets at the intersection of Shelton and Canton. The current inlets do not adequately collect the flows on Shelton and the overflows cause nuisance flooding to homes near the intersection. The new inlets will capture the runoff and discharge it into the above detention basin. Phase : The following scope items will be on a normal track schedule since funds are currently unavailable and bid pets will be produced as funds become available (items can move between Phase 2 and Phase 3 depending on available funding : • Shadow Creek Box Culvert— Installment of two 2) 7'x4' box culverts from the merge point of Danier and Monterrey across Weiler and along Shadow Creep to outfall on the Eastern Hills Golf Course. Included with the Shadow Creek Box Culvert, is concrete pilot channel, outf ll, and a new junction box. An existing sanitary sewer line in Weiler is a potential utility conflict and impacts the alignment of the new box culvert. 0 Monterrey Improvements — U psi e the pipes in Monterrey from the junction box with Shadow Creek Box Culvert to the point at which the Teague Nall and Perin improvements began. Included with the larger pipes are add itional/refurbi hed inlets. The pipes to be installed will be able to convey the increased volume of runoff accepted by the additionallrefurbished inlets. ATTACHMENT wK TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 7/2212009) PAGE 1 OF 19 • Up size D n ig r and Yolanda — Increase the size of the pipes in D nl ig r from the intersection with Monterrey to the intersection with Yolanda. Additionally, new or refurbished inlets will be installed to better capture the runoff flowing south along Dnligr and west along Yolanda. • forth Weiler r Extension — Install a pipe and inlets north along Weiler from the Shadow Creek Box culvert to point north of the intersection with pinewood. Phase 3: The following scope items will be on ar normal track schedule since funds are currently unavailable rid bid packets will be produced as funds become available (items can move between Phase 2 and Phase 3 depending on available funding): • Pond Improvements — Install ar new outlet and outlet pipe to more efficiently allow flows out of the pond. Modify the existing spillway to provide an additional foot of storage before the spillway is ngarged as an emergency overflow. Additionally, limited dredging will be conducted to provide a sub-surface outlet for the pipe from Jacqueline to Yolanda. • Yosemite Extension — Extend the storm line near the tennis courts eastward along Yosemite install inlets to arpture runoff prig to v rt pping Yosemite's north curb and flowing through residents' yards. • Pipe from Jacqueline to Yolanda — Install a pipe from Jacqueline to Yolanda in order to reduce backyard flooding and more efficiently convey runoff to the pond. • Jacqueline Inlets — Install inlets along Jacqueline near the intersection with Yolanda in order to capture and convey runoff to the proposed pipe from Jacqueline to Yolanda. • Putnam and Meadowbrook Improvements — Increase the size of the culvert under M ardo wbrcck and improve the inlet capacity at the intersection. This also includes extending a pipe south along Putnam to capture runoff that potentially threatens the church with flooding. • South Weiler E ct n ion — Install ar pipe and inlets south along Weiler from the culvert to a point south of the intersection with San Jose. WORK TO BE PERFORMED I MED Task 1. Design Management Task 2. Conceptual Design Tack 3. Preliminary Design Tack 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Tack 7. ROW/Easement Services Task 8. Survey Services Tack g. Permitting ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DE ) N SERVICES(REV 2/0112010) PAGE 2 OF 1 TASK 1, DESIGN MANAGEMENT. EMEI T. E NG I N E E R will manage the work outlined ire this scope to ensure efficient and effective use of ENGINEER' 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 • communicate internally among team members • conduct and document biweekly design team meetings. • Ensure quality control is practiced in performance of the work • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff and chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. 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. 9 conduct and document monthly project update meetings with CITY Project Manager. • Prepare invoices and submit monthly in the format requested by the CITY. 9 Prepare and submit monthly progress reports in the format provided by the respective CITY Department. • complete Monthly M NBE Report Form and Final Summary Payment Report Form at the end of the project. • conduct review meetings with the CITY at the end of each design phase. Coordinate with ether 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 appropbately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and mace changes necessary to meet their requirements, as part of the design scope. ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING BELATED DESIGN SERVICES(REV 210112010) PAGE 3 OF 19 Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants sFi ll carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • Attendees at pre-design coordination meeting include CITY Project Manager, ENGINEER,EER, CADD Designer, Environmental, Survey, and Geotechnicarl Engineer. • Assume a monthly meeting with CITY Project Manager. DELIVERABLE A. Fleeting 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 III/ E Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL L DESIGN 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 gill research and mare 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 (such as TxD T and railroads), CITY Master Plans, CITY drainage complaint files, existing applicable drainage studies, FEI A floodplarin and flood gray maps, existing models of project area if any)and property ownership as available from the Tax Assessor's office. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary surer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main- The CITY shall furnish the ENGINEER with a sample format of hover the severer service line reroute/relocation should be designed and submitted for construction. During ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING BELATED DESIGN SERVICES(REV NiI 010) PAGE 4 OF 19 design survey, if a rod can be inserted through the cienout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prier to advertising the project for hid. of the service flow line information cannot be obtained during design survey, the ENGINEER shall delay the design of the serer service line until after a Level A Subsurface Utility Engineering (SUE investigation has been performed). The Level A SUE will be performed; 1 by the ENGINEER if included in the fee proposal; or 2 by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design, or 3 by the contractor after the project has been bid, by means of bid item to that effect. In all options, the ENGINEER EEF shall propose appropriate de- hole locations in the project and collect flow line elevation and other applicable information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary serer service line to be rerouted or relocated. The following is applicable at all locations that require water service line replacement: 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. Drainage Computations ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right-of-way and storm sewer capacities for the subject site. A drainage area map will be drawn at maximum 19f = 200' scale from available 2-feet contour data. Data source and year will be provided. calculations regarding street and right-of-way capacities and design discharges -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 Manage gent Design Man ual. All locations in the project areal where 1 -year runoff exceeds available storm drain and right-of- wry capacities shall be clearly identified. The ENGII EEF 's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. 2.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering SUE to Quality Level B, as described below. The SUE shall be performed in accordance with cl SCE 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 builtI 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. ATTACHMENT W70 STANDARD AG REEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 2101!2010) PAGE 5 OF 1 Develop SUE plan sheets and transfer information on all involved utilities to appropriate 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); lire size and condition; number of jointly buried cables; and encasement. Quality Level includes tasks as described for Quality Level • 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 {duality Level c tasks. • Survey surface features of subsurface utility facilities or systems. • 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. 0 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 surreys, 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 SIDE plan sheets. Level B (includes tasks as described for{duality Level C Select and apply appropriate surface geophysical method to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Eased on an interpretation of data, marls the indications of utilities on the ground surface, for subsequent surrey. 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. As an alternative to the physical marking of lines, the ENGINEER may, with CITY'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. ATTA HMEW"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 210112010) PAGE 6 OF 19 2-4. The Conceptual Design Package shall include the following: • Cover sheet • Drainage area map with supporting drainage computations in the CITY' standard tabular format. • SUE Plan Sheets sealed by ar licensed professional engineer in the State of Texans 0 Horizontal alignment (excluding profiles) of proposed storm water improvements, including existing lot layout, streets, and existing utilities gathered during the SUE within the project limits. • Proposed phasing of water, sanitary sever, street and drainage work documented in both the project schedule and narrative form. • Documentation of key design decisions (Project Decision Log) 0 Estimate of Probable Construction Cost ASSUMPTIONS • Phase I and Phase 2&3 shall be submitted as two eparrarte packages • All storm water calculations and design shall conform to the City of Fort Worth Storm Harter Management Design Manual, March 2006. • The SIDE and SIDE plan sheets shall be in accordance with CI/ASCE 38-02. • An estimated total of 40 utilities are assumed to be located by SUE services. • 8 copies of the conceptual design package will be delivered. Drawings will be half size 1 1}° x 17 21 • ENGINEER sharll not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. • Salle of horizontal alignment plain view drawings shall be 1:20. DELIVERABLES A. Phase 1 Conceptual Design Package B. Phase 2&3 Conceptual Design Package TASK . PRELIMINARY DESIGN PERCENT), Preliminary plans shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as fellers: 3.1. Development of Preliminary Design Drawings harll include the following: a Cover Sheet ATTACHMENT'W TO STANDARD AGREEMENT FOR ENG I NEER I NG RELATED DESIGN SERVICES(REV 210112010) PAGE 7 OF 19 • Drainage area maps showing proposed improvements with drainage calculations and hydraulic omputartion in accordance with the City s Storm Water Management Design Manual. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on at scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, Ply Nail, 5/8'3 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 . • Overall project easement layout sheet(s). • Plain and profile drawings of proposed storm water improvements, including existing let layout with property ownership, streets, curb lines, driveways, medians if applicable), sidewalks, existing and proposed water and sanitary sewer mains, existing utilities gathered during the SIDE and existing utility easements within the project limits. • No less than two bench marls per plan/profile sheet. • The ENGINEER will prepare standard and special detail sheets 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, trenhless details, and special service lateral reconnections. • Prepare separate drawings for water and/or sanitary sewer mains including ar overall water and/or sanitary sewer layout sheet and plan and profile drawings. • Overall project water and/or sanitary sewer layout sleets. The water layout sheet shall identify the proposed water main improvement/ existing grater 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 improvementle isting sewer mains and all sewer appurtenances in the vicinity. 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 vier. • The ENGINEER shall mane 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 crude in the final plans and/or specifications ATTA HMENT"K TO STANDARD AGREEM ENT FOR ENGINF ERING RELATED DESIGN SERVICES(R EV 2101!2010) PAGE 8 OF 19 by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. The design for severer service line reroute/relocation will be provided if the flow line elevation of the serer service can be determined from the cleanout location. If this elevation cannot be determined during design survey, the design harll be provided during Task 5, Construction Phase Services. The CONTRACTOR will be responsible to provide existing flow line elevations. 3.2. Geotehniarl 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. • The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual,nual, 2005. The stud} shall include recommendations regarding utility trenching and identifying existing groundwater elevation at each boring. 3.3 Constru tarbility 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 Meeting • After the preliminary plains have been reviewed and approved by the CITY, the ENGINEER skull prepare project exhibits, and attend public meeting to help explain the proposed project to residents. The CITY shall select ar suitable location and mail the invitation letters to the affected customers. 3.5 Utility Clearance • ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and consider potential future utilities in designs. • The ENGIINEER ENGINEER shall deliver approved preliminary construction plains to the CITY's Utility Coordinator for forwarding to all utility companies which have facilities within the limits of the project. 3.6 Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typical '° on the CITY's Bu saw web site. The typi als 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. ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 2/0112010) PAGE 9 OF 19 These drawings shall be sealed by a professional engineer registered its the State of Tear . 3.7 Estimate of Probable Construction Cost The ENGINEER shall submit ar preliminary estimate of probable construction cost with the preliminary plans submitted. This estimate shall use ONLY standard CITY bid items. If items need to be added as new standard bid items, the ENGINEER sharp provide the appropriate information to the CITY for review and approval. ENGINEER shall assist CITY in selecting the feasible and or economical solutions to be pursued. ASSUMPTIONS 0 Phase 1 and Phase 2&3 shall be submitted as two separate packages. All storm garter calculations and design shall conform to the City of Fort Worth Storm Harter Management Design Manual, March 200 6. 0 10 borings at an average bore depth of 15 feet each will be provided, 0 Traffic Control "Typi arl " will be utilized to the extent possible. It is assumed an additional 9 project specific traffic control sheets will be developed. 0 4 copies of the geotechnical report will be delivered to the CITY. a 13 full size 22" C 34") plans will be delivered for Utility Clearance. 0 8 half size 1 1" x 17") drawings will be delivered for Preliminary Design. 0 ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. 0 Plan and profile drawings scale shady be 1:20. DELIVERABLES LES A, Preliminary Design drawings. B. Utility Clearance drawings C. Geotehniarl Report D. Documentation of key design decisions (Project Decision Log) E. Estimates of probable construction cost F. Public Meeting exhibits G. Traffic Control Plans TASK 4. FINAL DESIGN PERCENT) AND FINAL CONSTRUCTION D CUMEI TS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER EEF g ill prepare construction plans as follows: ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 210112010) PAGE 10 OF 19 Final draft construction plans and specifications shall be submitted to CITY per the approved Project Schedule. The ENGINEER EEI shall submit a final design estimate of probable construction cost with the final design plans submitted. This estimate shall use ONLY standard CITY bid items. Following a 90% construction plan review meeting with the CITY, the ENGINEER EEF 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. ASSUMPTIONS Phase 1 and Phase 2&3 shall be submitted as two separate packages. 0 8 half size '11°1 x 17") drawings and 2 specifications will be delivered for the 90% design. 1 full size 22" 34") drawings and 2 specifications will be delivered for the 100% design. 0 Estimate of Probable Construction Cost will be submitted with both 0% and 100% Design and Documents. 0 Estimated Sheet List for Phase 1 Cover - Index -- General Notes �- Drainage Area Map Hydrologic and Hydraulic Calculations -- Control Sheet Easement Layout Grading Plan Shelton Inlets and Laterals Plan and Profiles — Detention Basin Plan Detention Basin Cross Section Detention Basin Cut/Fill -- Vegetation Plan Fencing Plan --- SWPPP ATTACHMENT"A"TO TANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 2/0112010) PAGE 11 OF 19 - 2 Details sheets – Back Fill, Asphalt Repair,ir, Inlets, Manhole, etc Estimated Sheet List for Phase 2 Corer Index - 2 General Notes Drainage Area Map Hydrologic and Hydraulic Calculations 2 Control Sheet 2 Easement Layout 22 Plan and Profiles Sheet Junction Box Detail Sheet 2 Pond Spillway Modification Sheets Pond Inlet and Outlet Sheets Dredging Sheets — 2 S PPP — 8 Details sheets - Back Fill} Asphalt Repair, Inlets, Manhole, etc DELIVERABLES A. % construction plans specifications. B. 100% construction plans and specifications. C. Documentation of key design decisions (Project Decision Log). D. Detailed estimates of probable construction cost for the authorized construction project, including summaries of bid items and quantities using the CITY's standard bid items and format. E. Original corer rnrlar for the signatures of authorized CITY officials. TASK . BID PHASE SERVICES. ENGINEER gill support the bid phase of the project as follows. 5. Bid Support The ENGINEER shall upload all plains and contract documents onto Buzzsaw for access to potential bidders. Contract documents shall be uploaded in .pdf files and the plans in . df or AM files. ATTACHM ENT"A"TO STANDARD AGREEMENT FOR ENGINEERIIUO RELATED DESI GN SEF VI ES(REV 2101!2010) PAGE 12 OF 19 • The ENGINEER shall sell contract documents and maintain a plan holders list from documents sold and downloaded from Bu aw. • The ENGINEER will develop and implement procedures for receiving and angering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. 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 addenda onto Buaw and mail addenda to all plan folders. • 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. • Assist time CITY with assembling and awarding contracts for construction, materials, equipment, and services. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS • Bid Phase services are included only for Phase 1. • Each bid package will be bid only once and awarded to one contractor. • For each bid package, 20 sets of conformed plans and specifications will be delivered to the CITY. The 20 plans shall consist of 10 full size (2251 " and 10 half size 11" x 17") drawings. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. conformed construction documents TASK . CONSTRUCTION PHASE SERVICES ENGINEER will support the construction phase of the project as follows. 6.1 construction Support ATTACHMENT"A°TO STANDAR D AG REE 4ENIT F DR E NIGINEE R I NG RELATED DESIGN SERVICES(REV 210112010) PAGE 1F 19 The ENGINEER sharll attend the pre on tru tion conference. After the pre-construction conference, the ENGINEER 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. 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. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and male recommendations as to the acceptability of the work. • The ENGINEER shall attend the "Final'1 project wally through and assist with preparation of final punch list. 6.2 Mylar Drawings • The ENGINEER shall submit a set of conformed m rlar drawings for record storage. • Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There shall be one 1 PDF file for the TPw plan set and ar separate PDF file for the Water plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plain set will not be accepted. PDF files shall conform to naming conventions as follows: 1. TP V file name example — " V-1 _ r .pdf' where "W-1956" is the assigned file number obtained from the CITY, "_ r " designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: w- _or .pdf and K-0320—org5.pdf II. Water and Severer file name example — " - _ r .pdf" where " - " is the assigned file number obtained from the CITY, "_ r " designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: -1 _org1 .pdf ATTACH MENT W TO STANDARD AGREEMENT FOR ENG I N EERING RELATED DESIGN SERVICES(REV 2101120 10) PAGE 14 OF 19 Both PDF files shall be submitted on one 1 Compact Disk,, whi h will become property of and remain with the CITY. Floppy disks, zip disks. e-mail flash median will not be accepted. For information on the proper manner to submit PDF files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number 1 392-8426. Fire 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 Construction Phase Services for only Phase 1. One 1 public meeting will be necessary for Phase 1 construction. Assume 20 RFIs and 5 C . * Assume 6 site visits. * Assume 20 shop drawings and submittals. 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 gist items F. Record Drawings TASK{ 7. ROWIEASEMEI T 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- fir and easement 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- gray and permanent and/or temporary easements required to construct the improvements. ATTACHMENT'K TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 210112919) PAGE 15 OF 19 The documentation harll be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 7.3 Temporary Ri ht of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare, mail and obtain Temporary Fight of Entries from landowners. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • 12 Temporary Easements • 5 Permanent Easements DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary F ight of Entry Letters TASK 8. SURVEY. ENGINEER gill provide survey support as follows: 8.1 Design Survey ENGINEER will perform field surveys to collect horizontal and vertical levartion and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, utilities as required by the SIDE, structures, trees (measure caliper, identify overall canopy, and have qualified arrb ri t identify species of trees), and other features relevant t the final plan sheets. Existing drainage at intersections will be verified try field surveys. Spot elevations will be h orn on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Skeet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following inf rmarti n about each Control Point; . Identified (Existing. CITY Monument##8901, PK Nil, 5/8" Iron Food) b. X1 Y and Z Coordinates, in an identified coordinate system, and referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location Ex. Set in the centerline of the inlet in the South ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 2{9112010) PAGE 16 OF 19 curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street . 8.2. Temporary Fight of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare, mail and obtain Temporary Right of Entry from landowners. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 8.3. Construction Survey Be available to the CITY on matters concerning the layout of the project during its construction ASSUMPTIONS • only affected land owners will require Temporary Right of Entry letter. DELIVERABLES A. Copies of field survey data and notes signed and seated by licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. 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 S PPP required for the Project for use by the Contractor during construction. ENGINEER will prepare drawings and details for proposed S VPPP improvement that the Contractor must use during construction. Contractor will be responsible for filing the S PPP with appropriate regulatory agencies. 9.2. Environmental Service • Phase 1: ENGINEEF ill prepare and submit necessary reports, exhibits and application to seek a nationwide permit from the Corps of Engineers and prepare the necessary reports, exhibits and application to seek a permit for tree removal and replacement from the City of Fort Worth Parks Department. • Phase : ENGINEER will prepare and submit necessary reports, exhibits and application to seek a nationwide permit from the Corps of Engineers for the modification of the pond outlet. • ENGINEERS scope includes: ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DE ( N SERVICES(REIN 210112010) PAGE 17 OF 19 Negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits Completing all forms/applications necessary Submitting forms/applications for CITY review — Submitting revised forms for agency review Responding ponding to agency comments and requests 9.3. Parks Conversion • ENGINEERS scope includes: Attending up to four meetings with the City staff Preparation of full size exhibits — Attend a council meeting Assisting in form preparation as necessary ASSUMPTIONS • No Floodplin CLOMR or LMF services are needed • Coordination with TDT is not required as no TDT roads are affected by the improvements. • Coordination with Railroad Companies is not required as no railroads are affected by the improvements. DELIVERABLES A. Tree Removal Permit B. USAGE NWP 43 for Phase 1 C. Parks Conversion documents and exhibits for Phase 2 D. USAGE Permit if needed) for Pond Modification for Phase ADDITIONAL L SER ICES NOT T 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. Ho wever, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER 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: • Negotiation of easements or property acquisition. ATTACHMENT"A'TO STANDARD AG REEMENT FOR ENG I NEE RIN BELATED DESIGN SERVICES(REV 210112919) PAGE 18 OF 19 Services related to development of the ITY'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. ATTACHMENT"A°TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 2 19 1 12 01 0) PAGE 19 OF 19 ATTACHMENT B COMPENSATION Design services for Eastern Hills Drainage Improvements City Project No. 01363 Lump sum Project I. Compensation A. The ENGINEER shall be mp ns t d a total lump sum fee of $493,637.00 as summarized in Exhibit B-1 — Engineer Invoice and Section 111— Summary of Total Project Fees. The total lump Burn fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the saris. B. The ENGINEER shall be paid monthly payments as described in section Iti - 1thod 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. E. 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 P MO Official Release Date:5.19.2010 Page 1 of B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility nsibility Fee Amount % Prime Consultant Jacobs PrDiect Management, $3692322.00 74.82°o Engineering Proposed MITI BE sub-Consultants ASIA ' Surveying $892000.00 18-03% 1AS-TEK Geotechnical $35,315.00 7.15% Non-Mf BE Consultants TOTAL $4931637.00 100% Project Number & Name TotsI Fee M/ BE Fee Mf BE % 1 363 Eastern Hills Drainage $4931637.00 $124,315-00 25.18% Improvements City M/WBE Goal = 25% Consultant Committed Goal = 25% City of Fort Worth,Texas Attachment B PMO Official Release Date;5.19.2010 Paeof B-2 o °o cn rti rti a Gx w � N � O � ' 'N 1%► L CL 3 r_ 0 E CL O E ea V e' 3 3 LL 0 m ' 0 Cr L CL � � O p � C 3 r_ CL IL E W w 0 ' CL LL Er E E a a, o rn o to mm CD E c c c �o o Za C CL CD •ra c) 0 0 o F=' � IL E H , CD .. cr CL CD Cn H � j L D = w ° LL 2 u E LU d, :3 u tr ++ a 0 a) � CL (A� E _ O (L (L m u u>M LL 1�- 0 0 � _ N M cc o rn eb m n E L 'O a > C3 � Z '> CL #. ti E C D r V 9, O 7 CIO c •- � c� m 0 o C c a E 4A 4A L- 0 C m N � E W w +6 10 CL N qx L6 w rf 'o m > En C E _ +b C L3 D C l! d] 00 C r C C} ` {y� Off} to t Ln E 6q Vr f CL u u co m W c } L .r i CL LL r.r 7E Ix c ro .o —_ C w .0 _ 2 1 j � in LLJ •• Cm fax °' °' E z a �n 0 :a 30 #, o 4) 2 wo L. 'o 0 oar° > m � I CL C) LL CL { #.? CL� ATTACHMENT c AMENDMENTS TO STANDARD AGREEMENT FOIE ENGINEERING SERVICES Eastern Hills Drainage Improvements AMENDMENTS A. Article IV, Paragraph G: The ENGINEER shall not be responsible for recommending construction progress payments. B. Article IV, Paragraph I: The CITY has established a M/WBE goal for this contract of 25%. C. Article I , Paragraph K 1) (a): Delete: "If such commercial General Liability insurance contains a general aggregate limit, it stall apply separately to this PROJECT of location." D. Article IV, Paragraph 1) (a) ( Delete: "ENGINEER EEF naives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement." E. Article 11, Paragraph K 1) (b) ( Delete: "ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage.21 F. Article IV, Paragraph K 1) (c) (i): Delete: "ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers ers compensation and employer's liability or commercial umbrellas insurance obtained by ENGINEER pursuant to this agreement." G. Article I , Paragraph K (b): The CITY will not be named as "additional insured'" on the ENGINEER'S professional liability and worker's compensation policies. H. Article IV, Paragraph (1): Jacobs considers its insurance policies to be proprietary and therefore any such review of the applicable policies must be conducted at Jacobs' offices and subject to a confidentiality agreement. Insurance policies will not include endorsements that may alter or negate the City's insurance requirements as pertains to this agreement. 1. Article IV, Paragraph o: Permits net expressly sccped in Attachment A, Scope of services, shall net be the responsibility of the ENGINEER. . J. Article 111, Paragraph B: The ENGINEER shall not be liable for any use of such design documents on any other project. SPECIAL PROVISION A. Changes Work: The ENGINEER shall make such revisions in the work included in this contract which has been completed as are necessary to correct errors appearing therein when required to do so by the City without undue delays and without additional cost to the CITY. If the CITY finds it necessary to request changes to previously satisfactorily completed work or parts thereof, the ENGINEER shall make such revisions if requested and as directed by the CITY. This will be considered as additional work and paid for as specified under Additional Work. B. Additional W rk: Work not specifically described under "Scope of services}' must be approved by supplemental agreement to this contract by the CITY before it is undertaken by the ENGINEER. If the ENGINEER is of the opinion that any work he has been directed to perform is beyond the scope of this agreement and constitutes extra work, he shall promptly notify the CITY in writing. In the evert the CITY finds that such work does constitute extra work, then the CITY shall so advise the ENGINEER,, in writing, and shall provide extra compensation to the ENGINEER for doing this work on the same basis as covered under Compensation and as provided under a supplemental agreement. The lump sure fee shall be adjusted if additional work is approved by supplemental agreement and performed by the ENGINEER. C. Consequential Damages: Notwithstanding any other provision of this Agreement to the contrary, the parties hereto mutually agree that neither party shall be liable to the other for any indirect, incidental, consequential, exemplary, punitive or special damages or loss of income, profit or savings of any party, including third parties, arising from the parties' relationship under this Agreement or applicable law. D. Limit Use to Hard Copies: As a component of the services provided under this Agreement, Engineer may deliver electronic copies of certain documents or data (the "Electronic Files") in addition to printed copies (the "Hard Copies") for the convenience of the Owner. Owner and its consultants, contractors and subcontractors may only rely on the Hard Copies furnished by Engineer to Owner. If there is any discrepancy between any Electronic File and the corresponding Hard Copy, the Hard Copy controls. E. Acceptance Procedure: Owner acknowledges that Electronic Files can be altered or modified without Engineer's authorization, can become corrupted and that errors can occur in the transmission of such Electronic Files. Owner agrees that it will institute procedures to preserve the integrity of the Electronic Files received from Engineer until acceptance. Owner further agrees that it will review the Electronic Files immediately upon receipt and conduct acceptance tests within thirty 3 days, after which period Owner shall be deemed to have accepted the Electronic Files as received. Engineer will undertake e ommer i ll r reasonable efforts to correct any errors in the Electronic Files detected within the 3 - day acceptance period. Engineer shall not be responsible to maintain the Electronic Files after acceptance by Owner. F. Warranty nt f Compatibility: Engineer does warrant or represent that the Electronic Files specified herein will be compatible with or useable or readable by systems used by Owner or its consultants, contractors and subcontractors. Engineer is not responsible for any problems in the interaction of the Electronic Files with other software used by Owner or its consultants, contractors and subcontractors. Consulting Contract Schedule Specifications FORTWORTH City of Fort Worth Capital Improvement Program Attachment D - Project Schedule This I ECG' re wires a Tier 3 schedule as dc fined herein and are the Ct '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 P> E format, and schedule files shall also be submitted in native file format i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: - Primavera (Version 6.1 or later or approved by CITY) - Primavera Contractor (Version 6.1 or later or approved by CITY) - Primavera SureTrak (Version 3.x or later or approved by CITY) - Microsoft Project (Version 2003/2007 or later or approved by CITY) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the C NSU LTA NT'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 11 and D2 and the CIT 's Schedule Guidance Document Inclusive. As the work progresses, gresses, 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: 0 Changes in the critical path, • Expected schedule changes, • Potential delays, Opportunities to expedite the schedule, City of Fort North,Texas Attachment D PMO Release Date:06. 0,2009 Page 1 of * Coordination issues the CITY should be aware of or can assist with, Other schedule-related issues that the CONSULTANT ULTANT 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 CC N ULTA T'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 ULTANT to submit a revised schedule demonstrating the proposed ptan 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 mature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT ULTANT shall submit each schedule relying on the CIT 's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A. 1 . of the Agreement, CONSULTANT NT shall provide the information required by Attachment D. CC NSULT NT'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 CIT 's current Schedule Guidance Document. City of Fart Worth,Texas Attachment D PMO Release Date.06.30.2000 Page 2 of N i y Jacqueline Inlets W 4 . E df Forth Weiler Extension Pond Improvements Yolalnda an i er Improvements NEWOOD Shadow Creek �, Lower r lonterre r Storm rain o Culvert New Outlet r + -1 4 Inch Pipe 3 9 Ir�c�r F+p+� r���ovV��E�� � 8 Inch Prue -s 1 Q Yosemite Extension Y05EMM /0 40. in A inch Pipe YosrTF h } + i n± Y . Z' 4 } South Weiler Shelton Inlets `+ Extension a 5HELTON i I � 1 h % t F F i k S r'r G f r Proposed Multi-Use k � � eter�tiarr Pared Put And leadowbrook � �,,.,... 4 +�I<��� I �o� � - _..._ _-.�__. . Improvements -. �. _ : w 1 :} ' + ; 0 � II i ��WELL <t iY F G � � 0 - . .RTWORTH Legend r . Pro Posed Infrastructure Box Culvert Curb Inlet Existing Network condiufi A Curb Inlets Ner Ian d Fi owl i nes 1 - City of Worth, Texas Mayor and Council Communication ■ a E COUNCIL A TI N: Approved on 612212010 DATE: Tuesday,June 22, 2010 REFERENCE N .: C-24294 LOG NAME: 20D IG EA T ERI HILL Authorize an Engineering Agreement in the Amount of$491637.00 with Jacobs Engineering Group, Inc., for the Eastern Hills Drainage Improvements (COUNCIL DISTRICT 4 RE C 111 Eli A T l It is recommended that the City Council authorize the City Manager to execute an Engineering Agreement with Jacobs Engineering Group,Inc.,in the arnount of$493,637.00 for design of the Eastern Hills Drainage Improvements. • The Storm Water Management Program was established to reduce flooding in Fort Worth,preserve streams, minimize water pollution and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements.This will be accomplished by infrastructure reconstruction and system maintenance, master planning,enhanced development review and increased public education and outreach. On October 16, 2007,(Ordinance Igo, 17840-10-2007)the City Council authorized the issuance and sale of$25,000,000.00 in Storm Water(Drainage)Revenue Bonds, Series 2007, to fund a two year tone Water Capital project program. A request for qualifications to provide drainage design was issued by the City in august 2-007 and 26 design consultants submitted statements of qualifications, including Carter&Burgess,Inc. Carter&Burgess,Inc., was selected to study the drainage in this area and to identify needed drainage improvements, Carter& Burgess, Inc., subsequently merged with Jacobs Engineering Group, Inc. A detailed study of drainage conditions was undertaken by the consultant and presented to area residents in a series of public meetings. The resulting raster drainage plan for the watershed included a dual use detention basin soccer field on Fort Worth Independent School District property adjacent to the Eastern Hills Elementary School, trunk line improvements and extensions and modifications to local drainage lines throughout the neighborhood. The design services will include the preparation of engineering puns and contract documents for the bidding and construction of the recommended improvements. i Jacobs Engineering Group,Inc.,proposes to perform the design services for a lump s,urn fee of$493,637.00. City staff considers the fee to be fair and reasonable for the scope of services proposed.The estimated construction cost for the improvements 1s $4,400,400.00. Jacobs Engineering Group, Inc., is in compliance with the City's MfWBE Ordinance by committing to 2 percent NI/WB E participation.The City's goal on the project is 2 5 percent. This project is located in COUNCIL DISTRICT 4, Mapsco 79C. FISCAL INF MATI x The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated of the Storm Water Capital Projects 2007 Revenue Bond Fund. FUND CENTERS: TO FundAccount enters FROM JEund/Acgount/Cenjers P229 531200 89.264.00 P229 531200_ 204280136351 $104.373.00 ERTIFI • Submitted fa Cill Manager's Office by: Fernando Costa 122) Qrip-rinatigg Denartment William Verkest (?901) Addiftional Information Collt ct: Chad Simmons (8 1 7 7 1129 ATTACHMENTS 1. 01363 MWBE Compliance.ndf 2. caoDfundavkLdoc 3. FA1 -013 _-00001—Stc122,nd