Loading...
HomeMy WebLinkAboutContract 42522 CITY SECK toA�Y CITY OF FORT WORTH, TEXAS CONTRACT NO.i] STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Bridgefarmer & Associates, Inc., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: the Conceptual Design of Riverside Drive Bridge at I H-820. Article Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The E NG I N E E R's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 50 days of the amount due, the ENGIN EH may;afterylvin 7 days' written notice to CITY, suspend services under th 1' City of Fort Worth. Texas C l Standard Agreement for Engineering Related Design Services 1'CC PMO Official Release Date 7.22-2011 Page 1 of 14 11 r paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the state of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. City of Fort Worth.Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date 7.22 2011 Page 2 of 14 D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. opinions of Probable cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the 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 PM❑Official Release Date 7 22 2011 Page 3 of 14 (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENG 1 N E ER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No. 15530, as amended, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its accepted written commitment to MIWBE participation. Any misrepresentation of facts (other than a negligent City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date 7 22 2011 Page 4 of 14 misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participatin g in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five 5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection 3 hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This City of Fort Worth,Texas insurance shall apply as primary insurance with respect to any other Standard Agreement for Engineering Related Design Services PMO Official Release Date 7 22 2011 Page 5 of 14 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: p rem isesloperations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto—the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $1 00,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability— the ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of 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. 7 22 2011 Page 6 of 14 (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 75102. 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.M. 8est Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval b the CITY i v �n writing, if coverage s not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through i g insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurrin g expense, ense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may required uired to q provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or p rior City of Fort Worth,Texas to the date of the contractual agreement. The certificate of insurance shall Standard Agreement for Engineering Related Design Services PMQ Official Release Date 7.22 2011 Page 7 of 14 state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. o. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date 7 22 2011 Page 8 of 14 changes in the permitting authorities' published design criteria and/or p ractice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the p information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENG I N EER s performance of its services. The CITY will erform at no p , cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the E NG I N E E R's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENG I N E E R's services or PROJECT construction. D. Timely Review The CITY will examine the ENG I N E E R'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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date 7 22 2011 Page 9 of 14 E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. contractor Indemnification and claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any �v or other entity person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. C+ty of Fort Worth.Texas Standard Agreement for Engineering Related Des+gn Services PMO Official Release Date 7 22 2011 Page 10 of 14 (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain re-existing structures p g associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide Y � ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work p roducts of the ENGINEER, whether in hard copy or in electronic form, are instruments of City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Off IcIal Release Date 7 22 20 t 1 Page 11 of t 4 service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY' sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.} Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; C.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENG I NEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJ ECT's schedule, commitment and cost of the ENGINEER' personnel and subcontractors, and ENGINEERS compensation will be made. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date 7 22 2011 Page 12 of 14 F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify, hold harmless, and defend the CITY against 9 liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENC I N EER'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 p rior 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, ence, 9 strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence i for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Severabi lity and Survival If any of the provisions contained in this AGREEMENT are held for an y reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, g ty, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. K. observe and comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services PMQ Official Release Date 7 22 2011 Page 13 of 14 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. Article V11 Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B-- compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Executed and effective this the 4 day of '��� , 2011. ATTEST: CITY of FORT WORTH �0 o Q Marty Hendrix 0 e rnando costa City ecret � � �'�� ty ary Assistant City Manager APP VE TO FORM AND �1PROVAL RECOMMENDED 7. i By: By: Douglas W. ac Doug s W.Wiers,g, P.E. Assistant city Attorney Director, Transportation and Public Works Department M&C No.: BRIDGEFARMER & ASSOCIATES, INC. M&C Date: By: Mansoor Ahs P.E. Chief Executiv fficer �0 ------- r city of Fort Worth,Texas D� � � .. Standard Agreement for Engineering Related Design Services . PMQ Official Release Date 7 22 20 t 1 �' '� AF Page 14 of 14 f " } ATTACHMENT"A" Scope for Engineering Design Related Services for Street Improvements r�i 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 objective of this contract is for the conceptual design of the Riverside Drive Bridge at IH- 820 as detailed in the fallowing scope of services. WORK To BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Survey and Subsurface Utility Engineering Services TASK 1, DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY at the end of each design phase • Conduct and document design team meetings as needed. • 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. City of Fort Worth,Texas Attachment A PMQ Release Date:06.19.2010 Page 1 of 4 • Prepare and submit baseline Project Schedule • • with a � edule �nit�ally, and Project Schedule updates schedule narrative monthly, as required in A P s Agreement and q Attachment D to this Standard g according to the City of Fort Worth's Schedule edule Guidance Document. • Complete Monthly MNVBE Report Forma ' the en P and Final Summary Payment Re Report Form a d of the project P t • Coordinate with other agencies and entiti es as necessary for the design of the proposed infrastructure, and provide and obtain info rmatl• design on needed to prepare the • With respect to coordination with permitting authorities,es, ENGINEER shall communicate with permitting authorities such that ' appropriately their regulatory requirements are reflected in the designs. ENGINEER shall ' r work with regulatory authorities to obtain approval oval of the designs, and make necessary changes their requirements, as part of the design scope g ssary to meet � . • Personnel and Vehicle Identification: When en conducting site visits to the project location, the ENGINEER or an of its sub inform Y - consultants shall carry readily visible ation identifying the name of the company y an d the company representative. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule le narrative describing any current or anticipated schedule changes F. Monthly MNVBE Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL DESIGN 30 PERCENT). RCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. 1 dule. The purpose of the conceptual design is for or the ENGINEER to identify, develop, communicate through the defined deliverables ad � an d recommend the design concept that successfully dresses the design problem, and to obtain P concept. the CITY's endorsement of this The ENGINEER will coordinate with TxDO • �st� Ian Y T and the design builder to obtain the e xi sting p s and the proposed improvements b TxDOT. xng The ENGINEER will also prepare preliminary • two alters P ary cost estimate for comparison purposes f alternatives being studied. P P or the ENGINEER will develop the conceptual design sign of the infrastructure as follows. 2.1. Data Collection City of Fort Worth,Texas Attachment A PMO Release Date:08.27.2010 Page 2 of 4 • In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (TxDOT and railroads), city Master Plans, and property ownership as available from the Tax Assessor's office. 2.2. The conceptual Design Package shall include the following: • Documentation of key design decisions. • Estimates of probable construction cost for 2 design alternatives: Riverside Drive Bridge over I H-820 and the I H-820 Bridges over Riverside Drive. DELIVERABLES A. Conceptual Design Package TASK 3. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 3.1. Design Survey • ENGINEER will perform preliminary field survey to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of concept level plans for the project to study the design alternatives. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees, and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. 3.2. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level D, as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. Qualitv Level D • conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as City of Fort Worth,Texas Attachment A PMQ Release Date:08.27.2010 Page 3 of 4 required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality levers); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existina 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: • Preliminary Design and Final Design services. • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services. • Construction staking services. • Providing record drawings. • 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. City of Fort Worth,Texas Attachment A PMQ Release Date:08,27-2010 Page 4 of 4 ATTACHMENT "B" COMPENSATION Design Services for Conceptual Design of Riverside Drive Bridge at IH-820 City Project No. 01812 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $48,947.00. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section 11 -- Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon city's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as required in item Ill. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department, monthly progress reports and schedules in the format required by the City. ..... Exhibit ........ ......1-1........ id ---------- ...... --------- Summary of Manhours by CiasWfication ------------ Fti ve rW do Dd ve AT I H 820 ........... ........ ........ ............................... Bridgefarmer&Associates,Inc. ........... ...... ............. .............. ...... ............... ........... October 17,2011 BAWS OF E871 MATE TOTAL MAMMURWUM' NfflHOUR$ Project Senior 0"n Jr Eno I EAVO I Adirin ❑Project or es on CADD Acingn Hour ........ r ....... r En Engr Tech C[rU- Mgr Eng Engr Willis H R L IP1 NWANMWA Data Collection 1 Hrly 2-0 10 2-❑ 2-0 0.0 0-❑ 0.0 0-❑ $654.00 bdeeling Monthly Status I Coordination Meetings 1 Meeting Minutes 3 Months t.0 2.❑ 3-0 6,0 0,❑ 0-0 0.0 ❑.0 $1,434.00 Internal Coordination&Subconsuftants 3 Months 1'❑ 2,0 3.0 6.0 0-❑ ❑-❑ 0.0 0-0 $1,434.00 Teleconferencing/Documentation 3 Months 1'❑ 2-❑ 3-0 6.0 ❑-❑ 0-0 0,0 0-0 $1,434.00 AdministLq-on Prepare Monthly Progress Reports 3 Months t.0 2.0 3-❑ 6-❑ 0.0 ❑-❑ 0,0 0.0 $1.434.00 Project Schedule-Prepare/Update 1 Hdy t.0 2.0 1❑ 2-0 0.0 0.0 0.0 0,0 $478,00 Design Crileds-Prepare I Updale 1 Hdy t_0 2.0 1-❑ 2.❑ 0,0 ❑.❑ ❑.❑ 0❑ $478,00 Field Reconnaissance/Ground Photos 1 Hdy 1-0 2,0 1.0 2.0 0.0 0-0 0.0 00 $478.00 $7,824,00 Set/C heck/Af f imi Riverside Driv o Horizoni al Alignment t Hdy 1.0 2.0 1.0 2-0 0.0 0-❑ ❑-❑ 0.0 $478.00 Set Vertical Alignment t Hdy 2.❑ 0.0 2.0 0.0 0-❑ 0.0 0.0 $302,00 Generate existing cross sections t Hdy 2.0 20 0.0 2-0 2.0 ❑-❑ 0.0 0.0 $5t2,00 Plot existing cross sections t Hdy 1.0 2.0 0.0 1-0 0.0 2-0 0,0 0,0 $355,00 Generate proposed cross sections 1 Hrly 4-0 0.0 4.❑ ❑-❑ 0.0 0-❑ 0,0 $60400 Review)R ev ise/Refine pro posed cross so ctions 1 Hdy 1.0 2.0 1.0 ❑.❑ 2.0 0.0 0-0 0.0 $386.00 Plot I Review proposed cross sections 4 Sheets 0.0 t-00 2.0 0.0 4.❑ 0.0 8,0 0-0 0.0 $1.420.00 Correct/Revise/Re-plot proposed cross secti ons Sheets ❑•❑ ❑.❑ ❑•❑ 00 0.0 0.0 $0-00 Earthwork Quantity Estimates t Hdy 1-❑ 2,0 2.0 1.0 2-0 0,0 2-❑ 0.0 0.0 $682-00 $4.739,00 Paving Plans-Preliminary(cones ot levell Title sheel t Sheets 1-0 1'❑ 1-❑ 1-❑ 0.0 0.0 0.0 0.0 $327,00 Index of Dwgs Sheets 0.0 t-0 0,0 0.0 0.❑ ❑.❑ ❑-0 0,0 $0.00 Project layout Sheets 0.5 2.0 0,0 ❑.0 0,0 0.0 0.0 0.0 $0-00 Ty pical Sections 1 Sheets 0,5 2-0 2.0 0.5 2,❑ 2,0 0.0 0.0 0.0 $600-00 Quantity Summaries t Sheets 0.5 2-0 0.5 2-❑ 0,0 0.0 0-0 0.0 $390-00 Plan-Profile t Sheets 1.❑ 2,0 1.0 2-❑ 0,0 0.0 0-0 0.0 $478-00 Paving Details Sheets 1.0 Z❑ 0-0 0.0 ❑-❑ 0,0 0.0 0-0 Woo Removal Plans 1 Sheets 1.0 2.❑ 1-0 2.0 ❑.❑ 0,0 0.❑ 0-0 $478.00 $2,273.00 Traffic Control Plan.Detours and Sequencesof Constructioa Ty pical Sections 1 Sheets 1.0 t-❑ 1.0 1.0 1'❑ 0-0 0,0 t.❑ 0,0 $411,00 Construction Sequence/TCP Phase 1 1 Sheets 1.0 t_0 1.0 1.0 1❑ 0-0 0.0 1-❑ 0,0 $41100 Construction Sequence/TCP Phase 2 t Sheets 1.0 t-❑ 1.0 1.0 1.0 ❑,❑ 0.0 t-0 ❑.❑ $41 f-00 Construclion Sequence/TCP Phase 3 1 Sheets t.0 1.0 t.0 t-❑ 1'❑ 0.❑ 0-0 1.0 0-0 $411.00 TCP Details 1 Sheets 1-0 1.0 t-❑ 1-❑ 1.0 0,❑ 0-0 1.0 0.0 $411.00 $2,055,00 Relaiaing Wall Engineering:Wall Layouts and Elevations 1.0 Hrly 0,5 2-❑ 1-❑ 0.5 2.0 0-❑ ❑,❑ 1'❑ 0,0 $474.00 Retaining Wall Plan/Elevation Sheets 1.0 Sheets 0.5 2-❑ 1'❑ O'S 2.0 0-0 ❑.0 1.❑ 0-0 $474.00 Retaining Wall Structural Details Sheets t.0 1.0 ❑,❑ ❑-❑ ❑.0 0-0 0,0 00 $0,00 -Retaining Wall Horizontal Control Sheets t-0 1.0 0-❑ ❑.0 ❑.0 0-0 0.0 0.0 $0.00 $948-00 Drilinage Plans General drainage concept Determine drainage boundaries Hrly 0,0 0-0 0.0 ❑.0 0,0 0.0 ❑.❑ $0.00 Calculate drainage areas Hrly 0.0 0.0 0.0 ❑-0 0.0 0,❑ 0.0 $0,00 Drainage Area Map 1 Sheets 1.0 2-0 2,0 1.0 2,0 0-0 0.0 2-❑ 0,0 $64600 Evaluate Exisling Drainage System 1 Hrly ❑.5 2.0 2.0 ❑-0 ❑.5 2,0 10 0.0 ❑,❑ 0-❑ $600.00 Runoff/Inlet Computations 1 Sheets 0.5 1.0 2-0 2.0 ❑-5 1'❑ Z❑ 0-0 2.0 0-0 $617.00 Storm Sewer Computations 1 Sheets 0-0 1.0 2-0 2-0 00 1.0 2.0 0-❑ 2.0 0.0 $529.00 Lateral Data Sheets Sheets 0-0 0.0 0-0 0,0 0,0 0.0 $0.00 Drainage Plan Layouts Sheets 0.0 0.0 0-0 0,0 0.0 0-0 $0.00 Storm Sewer Profiles Sheets ❑.0 0-❑ ❑.❑ 0.0 0,0 0,0 $0,00 Miscellaneous Drainage Details Sheets 0,❑ ❑-❑ 0.0 0.0 0.0 ❑0 $0,00 Hrly 0-0 0.0 0.0 0-0 0.0 0.0 $0.00 Sto rmwate r Pollution Prevention P la n s Sheets ❑-❑ ❑.❑ 0.0 0-❑ 0.0 ❑.❑ $0.00 $2,392.00 SW3P Sheets 0-0 0.0 0-❑ ❑,❑ 0.0 0-0 $0.00 SVV3P Notes and Special Details Sheets 0,0 0❑ 0,0 0.0 0,0 0.0 $0,00 Permanent BMP Facilities Sheets 0.0 0.0 0.0 0-0 0.0 0.0 $0.00 $0.00 $2. Temporary/Permanent Signing&Markings Sheets 1 Sheets t.0 1.0 t.❑ 1.0 0.0 ❑.0 ❑,❑ 0-❑ $327.00 Traffic Signal Layout Sheets Sheets 0❑ ❑.0 0-❑ ❑.0 0.0 0-0 $0.00 Traffic Signal Qua ntity Sheets Sheets 0-0 0.0 0.❑ 0-0 0,0 0.0 $0,00 Traffic Signal Standard and Detail Sheets Sheets 0-❑ ❑.0 0-❑ ❑-❑ 0,0 0-0 $0,00 Traffic Signal t nterconnect Details Sheets ❑.0 ❑-❑ 0.❑ 0-0 0,0 0,0 $0-00 Guide Sign Details Sheets 0,❑ 0-❑ ❑.❑ ❑.❑ ❑,❑ 0.0 $0,00 Summary of Small Signs Sheets 0-❑ 0.❑ 0.0 0-0 0.0 0.❑ $0.00 A $327.001 .......... ......... ....... Check Horizontal)Vertical Clearances 1 Structure- t.0 2.❑ 1-0 2.0 0-❑ 0-❑ 0.0 ❑.❑ $478.00 Analysis of the structural elements I Structure.- 1.0 2.0 1.0 2.0 ❑,❑ 00 0.0 0.0 $478.00 --­­...... Check sequence of construction 1 Structure.- t.❑ 2.0 1.0 20 0.0 0-0 0.0 0,0 $478.00 -----------...... Check f oundat i on design per results from the boning logs t Structures 0.0 0-0 0.0 ❑.❑ 0.0 0.0 $0,00 ........ Foundation La y o uts Structures 0❑ 0-❑ ❑.❑ 0.❑ 0-0 0.0 $0.00 1..... Dock Geometry/Bridge End Transitions I Structure- ❑.5 1.0 05 t.❑ 0,0 ❑-❑ 0.0 0.0 $239.00 ­_­........ Prestressed Beam Design 1 Structurel t.0 2.❑ 2.❑ 1.❑ 2.❑ ❑-❑ 2.❑ 0.0 0.0 $682-00 ­­ Abutment Design 1 Structures 0.5 t.❑ 2-0 0.5 1.❑ ❑.❑ 2.0 ❑.❑ ❑.❑ $443-00 Bent Design t Structures 05 1-❑ 2-0 0.5 t-❑ ❑.❑ 2.0 0.❑ 0.0 $443-00 --------- Bridge Deck Slab Design I Structure, ❑-5 1.0 2.0 0,5 t-❑ ❑.❑ 2.0 0-❑ 0.0 $443-00 --.....W.-..-.W. Deck Drainage design Structures 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 Preparation of BEIgge Plans ----------- Bridge layout Sheets 0.0 0.0 0.0 on 0.0 0.0 $0-00 ------- Foundation Plans Sheets 0.0 on 0.0 00 0.0 no $0.00 ............ Abutment Details Sheets no 00 0.0 no 00 0.0 $0.00 ..... Bent Details Sheets on 00 00 00 0.0 00 $0.00 ..........-......I.......... Prestressed Concrete I-Beam design for RR loadings Sheets ❑.❑ no 00 on 00 00 $0.00 .......................... Framing Plan and Structural details Sheets 0.❑ 00 ❑.0 on 0.0 0.0 $000 .............­­­­.. Stab details Sheets ❑.❑ on ❑.0 00 00 0.❑ $❑.❑❑ .".......................- Bearing details Sheets no 00 ❑.0 00 0.0 ❑.❑ $0.00 ........................ Miscellaneous Detaft Sheets ❑.❑ 00 0.0 00 ❑.❑ ❑.❑ $0.00 .......".....I—,....... Temporary shoring Details Sheets ❑.❑ 00 no 00 00 00 $❑00 ............. Bridge Quantities Sheets 05 1❑ 1❑ ❑.5 1❑ t❑ 00 on no $344 00 BMd W I Modify B rl d ait Stwdards to matcli Q N 3F detail Prestressed Concrete I-Beam Standard(IBA Sheets 00 00 0.0 00 no 0.0 $000 .....­................ Diaphragm Options for Prestressed I-Beams t BD 0) Sheets 00 0.0 no 00 0.0 00 $0 On Miscellaneous Stab Details for Prestressed I-Beams(I BMS) Sheets ❑.❑ ❑.❑ 00 00 0.0 00 $000 ......................... Thickened Slab End Details for prestressed I-Beam Spans(tBTS) Sheets 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 Elastomeric Beefing Details Sheets 0.0 0.0 no 0-0 0.0 00 $0 On ...W......_._........ Sealed Expansion pint Details(SEJ) Sheets 0.0 0.0 00 0.0 00 0.0 $0.00 Armor Joint Detail Shoot(AJ) Sheets 00 00 0.0 00 00 0.0 $0.00 ..... Prestressed Beam Angle/Sign Support Sheets 00 00 ❑.❑ no no 00 $0.00 ...... Prestressed Concrete Panels(PCP) Sheets 00 00 00 00 00 00 $000 ................. Permanent Metal Dock forms(PMDF) Sheets 00 no 00 00 00 on $000 ---..14,028....... ConcPsto Riprap Std(CRP) Sheets 00 on 00 on 00 on $0 oo M nom um Erection B rac i ng requi rm ent s_{ME 8R Sheets no. 00 00 00 00 00 00 $000 00 7Sot/C h�ec kJAf f i rm Riv arskie D riv■Horizontal Alignment 00 cc cc 0 0 0 0 0 0 $000 Sot Vertical Akgrvn*M 1 HHY t 0 20 1 0 2 0 on 0 0 0❑ 00 $47800 Generate a t Ger�wsts existing cios■sections r Hrly 20 on 2 0 0 0 no 00 00 $302 00 Plot axistmg cross sections r Hply 20 1 0 0 0 20 00 00 1 0 00 $39600 _Cpsr ate proposed cross sections i HOY 1 0 1 0 1 00 1 0 00 00 1 0 00 $235 00 Page t of 3 Exhibit c ..........................................I....................................................................................................................... ................................................................................................................................................11.......................................................... ....................................................................................... ........... Summary of Manhours by Classification .............................................-..................-................................................................ ................................­..........................................................................­................................. ........................................................................................... ................­................................................._.......­­................ Ri ve rs!de Drive AT I H 820 ...................................................................................................................................I............................................................................................................................................................................................................................................................................................................ Bridgefarmer&Associate%Inc. ............................................................................................................................................................................................................................................................................................................................................................................................................ ..................................... ........ ....... October 17,2011 ..................................................................................................... BASIS OF ESTIMATE TOTAL .......C MNYHOURWUNIT MANHOURS ........................................................................................................................................................... Projeet senior Design Jr Eng CADD Admn senior es n I CADO I an ........R U­r-1-Y­­­. 9 .er c n r JEIT) I Tech I Cird _W7 er c .....................-........................... ............ n,Mr . fl Eng-�nqr I EIT I Toch I C 45, $176-00 4151.00 105.ou $1 o2,ou $a4,OU $62. 4W�f" .........................-....................... M Review/Revise i Reline proposed cross sections 1 Hrly 2.0 ❑.❑ 2-❑ 0.❑ 0-❑ ❑.❑ ❑❑ W2.00 on 't Plot/Review proposed cross sections 1 Hrly t-❑ 2.0 1.0 ❑-❑ 2.0 0.0 0.0 0-0 $386.00 Correct/Revise/Re-plot proposed cross sections 4 Shoots 0.❑ 1.00 ❑❑ 1.0 0,❑ 4-❑ ❑.0 ❑.0 4,❑ 0.0 5940.00 Earthwork Quantity Estimates Shoots 0❑ 0.0 00 0,0 00 0.0 s❑00 S3.029,00 P avi n a P I an s-P re 11 mi naa(conec pt ley el 1 1 Hrly 1'❑ 2,❑ 20 00 Title sheet ❑.❑ ❑.❑ ❑-0 0.❑ ❑.❑ ❑-❑ $❑.0❑ Index of Dwgs 1 Sheets 1'❑ 1.0 0.0 t-0 1.❑ ❑-0 ❑.0 ❑.0 ❑,0 $327-00 Project layout Shoots ❑.❑ 1.❑ 0-0 0.❑ 0.0 ❑.❑ 0❑ ❑.❑ $0-00 Typical Sections 1 Sheets ❑.5 1.❑ 0❑ 0.5 1-0 0.0 0.0 0•❑ ❑.❑ $239.00 Quantity Summaries 1 Sheets 0-5 1'❑ 1❑ ❑.5 t.0 2❑ 0-❑ ❑.0 ❑-❑ $449.0❑ Plan-Profile Sheets 0-5 1.0 ❑.0 ❑.0 0.0 0❑ 0-❑ ❑.0 0-0 $0.00 Paving Details I Sheets t-❑ 1.0 ❑.❑ 1.0 1'❑ ❑❑ 0-❑ ❑.0 ❑-❑ $327.00 Removal Plans Sheets t.0 1.❑ ❑.❑ 00 0-❑ ❑.❑ ❑.0 0❑ ❑-❑ $0,00 $1,342-❑0 Traffic Control Plan.Detou rs and gent es of on Auction 1 Shoots 1.❑ 1.❑ 0-❑ Ty pical Sections 0,0 00 0.0 00 0.0 0.0 $0.00 Construction Sequence/TCP Phase t 1 Sheets 1❑ 1'0 1'❑ 1.❑ t.0 0.❑ 0-0 1.❑ ❑❑ $411.0❑ Construction Sequence/TCP Phase 2 1 Sheets 1-0 1,❑ 1.❑ 1.0 t.0 0.❑ 0-❑ 1.❑ ❑-0 $411.00 Construction Sequence/TCP Phase 3 1 Sheets t-0 1.0 1.0 1'0 1-0 0.0 0-0 1.0 0-0 $411,00 TCP Details 1 Sheets t.0 1.❑ 1.❑ 1❑ 1-❑ ❑.0 ❑.0 1❑ ❑-❑ $411.00 $1,644-00 Relp .ining Wall t Sheets 1'❑ t-❑ 1.❑ Engineering:Wall Lay owls and Elevations 0.0 0.0 0,0 00 0,0 0.0 $0,00 Retaining Wall Plan/Elev al ion Sheets 1.❑ Hrly ❑.5 t.❑ t-❑ 0-5 1.❑ ❑.0 ❑.0 t-0 0,❑ $323-❑0 Retaining Wall Structural Details 1❑ Sheets ❑.5 t.❑ t.0 0-5 1.❑ ❑.0 ❑.0 t-0 ❑.❑ $323-00 Retaining Wall Horizontal Control Shoots 1.❑ t-❑ 0,0 _0.0 0,❑ ❑.0 0-0 0.0 $0-00 $648,00 WWW114W J�1111111111�J6 M 4NUFMWIM 9WIVID Drains Plans General drainage concept Determine drainage boundaries Hrly 0.❑ ❑❑ ❑.0 0-❑ ❑.0 ❑❑ ❑.0 WOO Calculale drainage areas H rly 0.0 0.0 0.0 0-0 0.0 0.0 0,0 $0-00 Drainage Area Map t Sheets 1.❑ 2❑ 2-❑ t.0 2.❑ 0-❑ 0.❑ 2.0 ❑.❑ $646.00 Evaluate Existing Drainage System t Hrfy ❑.5 2.❑ 2,❑ ❑.0 O's 2.❑ 2,0 ❑❑ 0-0 ❑0 $600-01) Runoff/Inlet Computations t Shoots 0,5 t.❑ 2.❑ 2.❑ 0,5 1.❑ 2.❑ ❑.❑ 2-❑ ❑.0 $617,00 Storm Sewer Computations 1 Sheets 0-❑ 1'❑ 20 2,❑ ❑.0 1,❑ 2,0 0.0 10 0.0 $529.00 Lateral Data Sheets 0.0 0.0 00 0,0 ❑0 0,0 WOO Drainage Plan Layouts ❑.0 0.0 0-0 0.0 ❑.0 0.0 $0.00 Storm Sewer Profiles 0-0 ❑,0 ❑-0 ❑.❑ 0❑ ❑,0 $❑,00 Miscellaneous Drainage Details 0-0 0.❑ 0.0 0.0 00 0.0 $000 ❑.❑ ❑❑ ❑.0 0.❑ ❑.❑ ❑.0 $0.00 Stormwatgr Pollution PrMalion Plans ❑.❑ 0.❑ ❑,❑ 0-❑ ❑.❑ ❑-0 $0.00 $2,392.00 SW3P 0,❑ ❑,0 ❑.0 ❑,0 0,❑ 0-❑ $0,00 SW3P Notes and Special Details 00 0.0 0.0 0,0 00 0.0 $0.00 -Permanent BMP Facilities ----------------- 0,0 00 0.0 0.0 0,0 0.0 $0.00 1 $000 in SEWRIV04m" Check Horizontal 1 Vertical Clearances 1 Structurw 0.5 1-0 ❑'s 1.❑ ❑.0 ❑.0 ❑-❑ ❑.0 $239,00 ...... Analysis of the structural elements 1 Structures ❑.5 t-❑ ❑'s 1'❑ ❑,0 ❑.0 0.0 ❑❑ $239,00 ---­- Check sequence of construction 1 Structure., 0.5 1.0 0.5 1.0 0-❑ 0.0 0.0 0.0 $239.00 C hec k f oundab on design per results 1 ro m the boring lags 1 Structures ❑•❑ ❑•❑ 00 0.0 00 0.0 $000 ........ FoundaWn Layouts Structures ❑.❑ ❑.❑ ❑-0 ❑.❑ 0❑ ❑,0 $000 Dock Geometry/Bridge End Transitions 1 Structure., 0.5 1❑ 05 1.❑ ❑.0 ❑.❑ ❑❑ ❑.0 $23900 Prestressed Beam Design 1 Structurer ❑.5 1❑ t,❑ 0-5 1.❑ ❑-0 1.❑ 0.0 ❑,❑ $341-00 Abutment Design 1 Structure, 0.5 1.❑ 1'❑ ❑.5 t-0 0❑ 1.❑ ❑.0 ❑.0 $341.00 ....... Bent Design t Structure., 0-5 1.❑ 1'❑ ❑.5 1'❑ ❑.0 1-❑ 0,❑ 0.❑ $341,00 Bridge Dock Slab Design t Structure,- 0-5 1.❑ 1.❑ ❑.5 1.❑ ❑.0 t-❑ 0❑ ❑-❑ $341.00 ...... Dock Drainage design Structures ❑❑ ❑,0 00 0,0 00 0-0 $000 Preparation of Bridge Plans Bridge layout Sheets ❑.0 ❑0 0.0 0.0 0.0 ❑.0 $0.00 1...... Foundation Plans Sheets ❑.❑ ❑-0 ❑.0 ❑❑ 0.❑ ❑.❑ $0.00 Abutment Details Sheets ❑.❑ 0.❑ ❑.❑ ❑-0 ❑.❑ ❑-0 $0.00 ....... Bent Details Sheets 0,❑ ❑-❑ ❑.0 0-0 ❑.❑ 0-0 WOO Prestressed C oncrele I-Beam design for RR loadings Sheets 0-0 0.0 ❑•❑ ❑.0 0.0 0�0 $0.00 Framing Plan and Structural details Sheets ❑•❑ ❑❑ 0•❑ 0.0 0,0 0.0 $0,00 ...................­ Slab details Sheets ❑.❑ ❑.❑ ❑.❑ ❑❑ 0,❑ ❑.❑ $0.00 Bearing details Sheets ❑.❑ 0.0 ❑.❑ ❑❑ ❑.❑ ❑0 $0.00 Miscellaneous Details Sheets 0,❑ ❑-0 ❑.0 ❑-0 ❑.❑ 0❑ $0.00 Temporary shoring Details Sheets 0.0 ❑-0 0.❑ 0.❑ ❑.0 0.❑ $❑.00 1 .......................... . Bridge Quantities t Shoots 0-5 1'0 t-0 0.5 t.0 1�0 0-0 0.0 0.0 $344.00 Review/Rod Ity B rl daa Standards to match BN SF details ................ Prestressed Concrete I-Beam Standard(IBA) Sheets 0-0 0.0 0.0 00 0.0 00 $0.00 ...... Diaphragm Options for Prestressed I-Beams(IBDO) Sheets ❑.❑ ❑❑ 0.0 0.0 0.0 0�0 $0.00 Miscellaneous Slab Details 1 or Prestressed I-Beams(IBM$) Sheets 0.0 00 0•❑ 0.0 0,0 0.0 $0.00 ..... Thickened Slab End Details for prestressed I-Beam Spans(I STS) Shoots ❑.0 ❑.❑ 0.0 0.0 0.0 00 $0.00 ••"•"'•""••"••"• Elastomefic Bearing Details Sheets ❑.❑ ❑.0 ❑.❑ ❑❑ ❑.0 ❑0 $0.00 ..............­ Sealed Expansion joint Details(SEJ) Sheals ❑-❑ ❑.❑ 0.0 ❑.0 0.❑ 0.❑ $0.00 ................... Armor Joint Detail Sheet(AJ) Sheets ❑-❑ ❑❑ ❑,❑ 0.0 0.0 0.0 $0.00 _---------------------. Prestressed Beam Angle/Sign Support Sheets 0.0 00 0•❑ 0.0 0-0 0.0 $0,00 Prestressed Concrete Panels(PCP) Sheets 0.0 0.0 ❑.0 0.0 0-0 00 $0,00 --­­-...... Permanent Metal Dock forms(PMDF) Sheets ❑.❑ 0.❑ ❑.❑ ❑❑ ❑.❑ ❑❑ $❑.00 C oncrete R iprap Std(C R P) Sheets 00 0.0 ❑.0 0.0 0.0 0.0 $0.00 .Minimum Erection Bracing requirments(MEBR) Shoots 0-0 ❑❑ 0-❑ ❑.❑ ❑.0 ❑.❑ $0-00 $2.0154-00 ............ .............. .......................... ................... ................ .............A I........ .................................... .................................... ................................................................................................................................... Coordination Meetings with TxDOT 2 Ea 2.0 20 4.0 40 0.0 00 00 00 $1.308.00 Coordination Meetings with the Developer-N TE 2 Ea 20 2.❑ 4.0 40 ❑.0 00 0.0 00 $1.308.00 00 00 0.0 00 0.0 00 $0.00 Coordination Meetings with other stake holders 2 Ea 20 20 4.0 40 0.❑ 00 0.0 00 $1,308.00 0.0 00 00 0.0 00 0.0 $0.00 ❑❑ ❑❑ ❑.❑ 0❑ 0❑ 00 $0.00 00 00 0.0 00 0.0 0.0 $0.00 $3.924❑0 Laridscaptm L kTiantiDn Layout phm and details for Irrigation sy atom and Landscaping Sheets 20 5.❑ ❑.❑ 4.❑ 40 00 ❑.❑0 00 ❑.0 ❑.❑ ❑.❑ 00 S❑OD $0.00 &LffinaWn Bans Power Supply Planning i Coordination Hrly 0.0 8.0 1❑ 0.0 00 0.0 00 0.0 00 SO-OD lNuminstion Layout Hrly 1❑ 8.❑ ❑.❑ ❑.❑ 0.❑ 00 ❑.❑ 00 $0.00 Safety Illumiration Plans Sheets t❑ 1 0 1❑ 4 0 00 00 00 00 00 0 0 $0.00 Power Supply Dotage Shoots 00 1 0 20 80 00 00 00 00 00 00 so M Conduit I Cable Surnmenes I Ground Boxes Shoots 00 00 00 80 t6o 00 00 00 00 0 0 00 so M lNuminstion Quwitrty Surnary Sheets 00 ❑❑ 00 a 0 t6 0 0 0 00 00 00 00 00 $000 Nurnrnstion Detaft Shoots Foundsbcons Po4s Oases etc Hrly 00 4❑ 00 00 0 0 0 0 00 0 0 $000 $000 UTILITY COORDIMTION coordw%atror%v vanous ulhkty companos 7 each 2 a 2 0 4 0 4 0 0 0 0 0 0 0 0 0 $1"00 Hrly 70 160 170 00 00 00 00 00 00 soon g2rw ro I Nalits,31n c ific atiam.3 2l c ial P ray is i atm.3M rja I AING1418112M lEetablish M Itorn■ Hrly 2 0 60 0❑ 00 0❑ 00 0 0 00 $0 DD Pr!aro General Notes H rly 2 0 6❑ ❑ 00 ❑ 00 00 00 $000 Page 7 of 3 Exhibit c Summary of Manhours by Classification .............. .................. .................. ...... .......... Mverside Dfive AT 1H 820 ............ ........ ...... ......... --------...... &,ilksisodate1%Inc. .......... ...... October 17,2011 BASIS OF ESTIMATE TOTAL o n�ricf" ...... MAINIHOVIRSIUNIT MANKOVIRS Project Senior s gn r Eng CADD Admn 0 or Ign CADD ...... .....................................................­.-........... ......... ...... ....................... n .......... ...... ............ r Eng ngr (EIT) Mgr En EnIr IT or Wia 10 or ri........ Tol�1 cl 1 Ub 00 $1 U2,OU Pr"reW Speci'lications Es 4,0 te'o 00 0,0 00 0,0 0.0 00 $0.00 $0,00 Estimate atCpnGtruction Costs At 3D%Submittal 2 Hrly 20 4,0 4.0 6.0 00 0.0 0,0 0,0 $1,912.00 At 60%Submittal Hrly 0.0 0,0 0.0 0.0 00 0,0 MOD At 95%Submittal Hrly 0.0 00 0,0 0.0 00 0.0 $0.00 At 100%Submittal H rty 00 0,0 0,0 00 0.0 00 $0.00 st.912-00 Bid Documents Ereparaflon Asst City with Preparation of Bid Documents for Roadvay ConstnxitGn ackage Hrly 00 0.0 00 00 0.0 0.0 $0.00 Prepare M Documents for R&*oad Bridge Construction Package Hrly 00 0.0 00 0,0 0,0 0-0 $0.00 $0,00 Preparation I ElottIng for-SOrniftals 3D%OC(Internal)Submittal Review H rty 0.0 0.0 00 0.0 0.0 0.0 $0.00 3D%Disposition Review Commants. H rty 0,0 0.0 0-0 0.0 0.0 0,0 $0.00 30%Implement Rov krw CommeMs Hrty 1.0 00 0.0 0.0 00 0.0 0.0 $0.00 60%QC(Intafnal)SubrnKW Rsv low Hrly 00 0.0 0.0 00 0.0 00 $0.00 60%Disposition Review C orn msrrts Hrly 0-0 0.0 0.0 0,0 0.0 00 $0.00 610%Implement R av law C ommerAs Hrly 10 0.0 0.0 0.0 0.0 0.0 00 $0.00 9D%OC(Internal)Submittal Review H rty 0.0 0.0 00 0,0 0.0 0-0 $0.00 9D%D*osition Review Comments H rty 00 0.0 0.0 00 0.0 0.0 $0.00 9D%Implement Rev iew Com ments Hrly 1.0 00 0.0 0.0 00 0.0 0.0 $0.00 -F-Inal-PS&E Delivery Hrly 1.0 00 0,0 0.0 0-0 0,0 0,0 $0.00 $0.00 $3.2 Attencl Rreconstrucbco i Meeting Ea 0.0 00 0,0 0.0 0.0 0,0 $0-OD Attend Partnering Meeting Ea 0.0 0-0 0.0 0.0 0.0 0.0 $0-OD R aspord to Contractor R F I'm Hrly 0,0 0-0 0.0 00 0,0 00 $0-00 Review Contractor Shop Draw Vs Hrly 0,0 0,0 0.0 00 0.0 0.0 $0.00 Attend field meetings and make field v isite Ea 00 0.0 0.0 0-0 0.0 0.0 $0,00 Prepare P I an R av i ek"to addraess changed conditions or Field C hangs s Hrly 0.0 00 0,0 0.0 0.0 0,0 $0.00 R a-C a le uWl s 0 us nbt ies and C rty wth Charge Orders HHy 0.0 00 0,0 0.0 0.0 0.0 $0-00 Prepare As-Wits Plans Hrly 0.0 00 0.0 0.0 00 0.0 $0-00 $0.00 Project totals. 5R 5 1 111.0 1 13.0 1 200 13.0 1 217 216.5 M-1'a 1 Mbo 3.3 62 1 0,7 1 1.1 1 01 SUMMARY OF PROJECT DIRECT LABOR&EXPENSE COSTS: Manage Sumay GaobKh Roadvay Gr&1n!Xa31gmqWk(Bildge-oord1n_a`Fo_7Wsc Consir By Firm %By Firm 9FOF"farmer Direct Labor 47,024 %1tJ,6(6 54.184 $327 $6,692 $3.924 $3,220 M: Fi$PECIAL'SERMCES Plotting,Printing,and Oulaide Reproduction $350 Poet age,H a nd I ling,Photos and Project Office Supplies $0 Local Travel $1,150 $t,t50 Courier S#ry kces $0 Subconsuftant-survey and L"Aws $3,000 S3,000 6A3% Subconsultant-G&otech $t.000 $1,000 2.04% $0 $0 $0 $0 TOTAL DIRMCOSTS1 $7.8241 $3,0001 $1,0W1 $16.6761 $4,7841 $M71 $6.6921 $3,9241 S4,7201 $01 $48,9rt SRI DGEFARMER .......... TEAM TOTAL BUDGET:DGET: GRAND T . ........................... ......... ..... - ........ - .......... ....\................................ Page 3 of 3 ATTACHMENT "C" CHANGES AND AMENDMENTS To STANDARD AGREEMENT Design Services for Riverside Drive Bridge at I H-820 City Project No. 01812 None City of Fort Worth,Texas Attachment C PMO Release Date:05.t 9.20 t 0 Page 1 of i RIVERSIDE BRIDGE AT IH 820 CITY OF FORTWOTH Exhibit D WORK SCHEDULE FOR ALTERNATE STUDIES FOR RIVERSIDE BRIDGE AT IH 820 Milestone 1 Dates Milestone From To Notice to Proceed 11-01-2011 Coordinate with various stake holders 11-01-2011 01-30-2011 Plan Preparation for Alternates design submittal 11-01-2011 01-15-2012 Submit Pre-final plans and exhibits 01-16-2012 Over the shoulder review meeting-Meet with the City to go 01-24-2012 over comments by the city Implement Comments, advance and finalize the exhibits and 01-24-2011 01-30-2011 design Plans for final Submittal Bridgefarmer& Associates, Inc. Page I of I Attachment E N. Riverside Drive at IH824 City of Fort Worth Project No. 41812 Ll 77 3 End Project • f.. e Begi Project �e 9 3 ... .... .._,,.� Project Location *ENV~ LIM MAPsco 49H & 49M LAG*Ac— ran CAD BRIDGEFARMER & ASSOCIATE&INCO slip Yi 1 .MM Fat VYWlh ....:�.. •MF OD 1