Loading...
HomeMy WebLinkAboutContract 58087 CSC No. 58087 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth,a Texas home-rule municipality ("CITY"), and Baird, Hampton & Brown, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Haltom Road - HROM ("Project")— Project No. 103887. Article I Scope of Services The Scope of Services is set forth in Attachment A. Negotiated changes to this Agreement, if any, are included in Attachment C. Article II Compensation The ENGINEER's compensation shall be in the amount up to $344,733.00 as set forth in Attachment B. Payment shall be considered full compensation for all labor (including all benefits, overhead and markups), materials, supplies, and equipment necessary to complete the Services. Engineer shall provide monthly invoices to City. 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. Payments for services rendered shall be made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch. 2251). Acceptance by Engineer of said payment shall release City from all claims or liabilities under this Agreement for anything related to, performed, or furnished in connection with the Services for which payment is made, including any act or omission of City in connection with such Services. Article III Term Time is of the essence. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall be for a term beginning upon the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein pursuant to the schedule, whichever occurs first. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. OFFICIAL RECORD City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services CITY SECRETARY City Project 103887 Revised Date:November 23,2021 Page 1 of 15 FT. WORTH, TX Article IV Obligations of the Engineer 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 ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. 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 Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 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 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 this 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. City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 3 of 15 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. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the contract documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are no 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. City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 4 of 15 I. Business Equity Participation City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. In accordance with the City's Business Equity Ordinance No. 25165-10-2021 (replacing Ordinance No. 24534-11-2020, as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), the City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. Engineer acknowledges the MBE and WBE goals established for this contract and its execution of this Agreement is Engineer's written commitment to meet the prescribed MBE and WBE participation goals. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to reproduce such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of hard copies at the rate published in the Texas Administrative Code in City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 5 of 15 effect as of the time copying is performed. K. INSURANCE Engineer shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such 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. The doctrine of respondeat superior shall not apply. 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 changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 6 of 15 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 A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the 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 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 facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. 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 ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 7 of 15 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 The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at the construction site, and provisions providing for 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 other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 8 of 15 I. 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. J. 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 A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure CITY and ENGINEER shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 9 of 15 D. Termination (1) This AGREEMENT may be terminated a.) by the City for its convenience upon 30 days' written notice to ENGINEER. b.) by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Reasonable cost of reproduction or electronic storage of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) The reasonable 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 ENGINEER will submit to the CITY an itemized statement of all projected termination expenses. The CITY'S approval shall be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER' compensation will be made. F. Indemnification The ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 10 of 15 property infringement,or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment ENGINEER shall not assign all or any part of this AGREEMENT without the prior written consent of CITY. H. 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. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. J. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. K. Contract Construction/No Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 11 of 15 The failure of CITY or ENGINEER to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of CITY's or ENGINEER's respective right to insist upon appropriate performance or to assert any such right on any future occasion. L. Immigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. M. Prohibition On Contracts With Companies Boycotting Israel ENGINEER unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, ENGINEER certifies that ENGINEER'S signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. N. Prohibition on Boycotting Energy Companies City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 12 of 15 ENGINEER acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the CITY is prohibited from entering into a contract for goods or services that has a value of$100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full- time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. O. Prohibition on Discrimination Against Firearm and Ammunition Industries ENGINEER acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the CITY is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 13 of 15 same instrument. 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 Attachment F— Insurance Requirements Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER Baird, Hampton & Brown, In.c William Johnson(S 12,202212:47 CDT) l ` ,� `_`\ William Johnson °�w`y� // Assistant City Manager Konstantine Bakintas, PE Principal Sep 12 2022 po0°FOR000 T Date: �,.o ���o Date: 08/31/22 �vo -11 ATTEST: p� *o 9 Y °o°oo o°° a Tdnne�-0 S. Gaadall a TEX ASap Jannette S.Goodall(Sep 12,202213:52 CDC bnnaao4 Jannette Goodall City Secretary APPROVAL RECOMMENDED: By: Lauren Prieur, Interim Director, Transportation & Public Works APPROVED AS TO FORM AND LEGALITY Form 1295 No. 2022-850572 - By: �01220 17 Douglas W Black M&C No.: 22-0636 Sr. Assistant City Attorney M&C Date: 08/23/22 City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services OFFICIAL RECORD City Project 103887 Revised Date:November 23,2021 Page 14of15 CITY SECRETARY FT. WORTH, Tx Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. "�LA'mj Michael Crenshaw, P.E. Project Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth,Texas Haltom Road HROM Standard Agreement for Engineering Related Design Services City Project 103887 Revised Date:November 23,2021 Page 15 of 15 ATTACHMENT "A" Scope for Engineering Design Related Services for Storm Water Improvements Protects 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. Under this scope, "ENGINEER" is expanded to include any sub-consultant, including surveyor, employed or contracted by the ENGINEER. OBJECTIVE The objective of the work to be performed under this agreement consists of furthering the project development design prepared for the Haltom Road Bridge to address Hazardous Roadway Overtopping Mitigation. Under this agreement, the ENGINEER shall complete the design and prepare construction and bid documents, and provide limited construction administration services. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey Services Task 9. Permitting Task 10. Plan Submittal Checklists 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. City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 1 of 21 • Conduct and document monthly project update meetings with CITY Project Manager. • Conduct review meetings with the CITY at the end of each design phase. Attend and participate in the Storm Water Project Review Team Meeting. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the respective CITY Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • The overall project design, construction, and post-construction services timeline is anticipated to extend over a period of about thirty-six (36) months. • Per the estimated project timeline, no more than thirty-six (36) monthly project updates, schedule updates and progress reports, and M/WBE reports are to be provided. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form G. Plan Submittal Checklists (See Task 10) City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 2 of 21 TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will utilize concepts and criteria contained in the current CITY— iSWM Criteria Manual for Site Development and Construction for conceptual planning and design. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (such as TxDOT and railroads), CITY Master Plans, CITY drainage complaint files, existing applicable drainage studies, FEMA floodplain and floodway maps, existing models of project area (if any) and property ownership as available from the Tax Assessor's office. • ENGINEER attended a Project Handoff Meeting, with Fort Worth Capital Delivery and Freese and Nichols Inc., to Transfer Data and Discuss Design Details of the Project Development. Extensive documentation was shared, including a Schematic Design Layout, an Opinion of Probable Cost, and the Hazardous Roadway Overtopping Mitigation Register. 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 drain capacities for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of- way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Other frequencies as required by iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the current CITY iSWM Criteria Manual for Site Development and Construction. All locations in the project area where 100- year runoff exceeds available storm drain and right-of-way capacities shall be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. • Also, Update the approved hydraulic (HEC-RAS) model, prepared by others, with the proposed culvert design configuration. City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 3 of 21 • The RAS model has been conditionally accepted, and changes/updates must be reviewed by Floodplain Management. Furthermore, a Floodplain Permit must be secured prior to construction. 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/ASCE 38-02. Quality Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • 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. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B (includes tasks as described for Quality Level C) City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 4 of 21 • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. 2.4. The Conceptual Design Package shall include the following: • Written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. • Cover sheet • Drainage area map with supporting drainage computations in the CITY's standard tabular format. • Conceptual iSWM Checklist in accordance with the current iSWM Criteria Manual for Site Development and Construction. Include documentation that the proposed storm water project will not impact upstream and downstream properties. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • Horizontal alignment (excluding profiles) of proposed storm water improvements, including existing lot layout, , streets, street right-of-way, proposed easements, and existing utilities gathered during the SUE within the project limits. • Proposed phasing of water, sanitary sewer, street and drainage work documented in both the project schedule and narrative form. City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 5 of 21 • Documentation of key design decisions (Protect Decision Log). • Estimates of probable construction cost. ASSUMPTIONS • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • The SUE and SUE plan sheets shall be in accordance with Cl/ASCE 38-02. • All water and sanitary sewer adjustments, relocations, and upgrades are to be designed by the Water Department, and inserted into this set of plans for bidding and construction. ENGINEER shall coordinate with the Water Department to incorporate their work into the overall contract. • 3 copies of the conceptual design package will be delivered. Drawings will be half size (11" x 17"). • PDF files created from design CAD drawings will be uploaded to the designated project folder in AUTODESK BIM 360 • All submitted documents and checklists will also be uploaded to the designated project folder in AUTODESK BIM 360 • ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package. B. Conceptual iSWM Checklist TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings shall include the following: • Cover Sheet • Drainage area maps showing proposed improvements with drainage calculations and hydraulic computations in accordance with the current iSWM Criteria Manual for Site Development and Construction— including the preparation and submittal of the Preliminary iSWM Checklist. • Update/complete the approved hydraulic (HEC-RAS) model, prepared by others, with the proposed/final culvert/bridge design configuration. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 6 of 21 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). • SUE plan drawings. • Plan and profile drawings of proposed storm water improvements, including existing lot 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 SUE and existing utility easements within the project limits. • No less than two bench marks per plan/profile sheet. • The ENGINEER will prepare standard and special detail sheets that are not already included in the City's standard details. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. • Separate drawings for water and/or sanitary sewer mains, including a overall water and/or sanitary sewer layout sheet, and plan and profile drawings are to be Prepared by the Fort Worth Water Department. ENGINEER shall coordinate with the Water Department to incorporate their work into the overall contract. • The Water Department shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • Proposed roadway profile grades and elevations along each curb line; elevations at all P.V.I.'s; P.I's half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the left and right of right-of-way lines shall be shown. Existing found property corners (e.g. Iron pins) along the existing right-of-way shall be shown on the plans. Profiles for existing and proposed storm drain mains and laterals shall be provided. • Channel plan and profile drawings shall include existing channel centerline, existing left and right top of channel bank, proposed top of channel backs, and 100 year water surface profile. • Preliminary roadway and/or channel cross-sections will be developed, from the survey notes, at intervals not-to-exceed 50 foot along the project length and will extend 10 foot past the right of way line on both sides of the street. Additional cross-sections at important features including driveways, P.I.'s of intersecting streets, (minimum distance of 100 foot along cross-street at each P.I.)walks, retaining walls, etc., will also be provided. Profiles of centerline of driveways will City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 7 of 21 also be provided where necessary. Scale will be 1" = 20' horizontal and 1" = 2' vertical. Excavation and embankment volumes and end area computations shall also be provided. 3.2. Geotechnical Investigation/Pavement Design • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. • The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2005. The study shall include recommendations regarding utility trenching and identifying existing groundwater elevation at each boring. 3.3 Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4 Public Meeting • After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER shall prepare 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 coordinate with CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. 3.5 Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future)that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual PDF files for each plan sheet of the approved preliminary plan set to the designated project folder in AUTODESK BIM 360 for forwarding to all utility companies which have facilities within the limits of the project. 3.7 Traffic Control Plan City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 8 of 21 • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's AUTODESK BIM 360. The typicals need not be sealed individually, if included in the sealed contract documents. • Consider Traffic Detour Plan, and incorporate into the Traffic Control Plans, as may be appropriate for the project. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. ASSUMPTIONS • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • All water and sanitary sewer adjustments, relocations, and upgrades are to be designed by the Water Department, and inserted into this set of plans for bidding and construction. ENGINEER shall coordinate with the Water Department to incorporate their work into the overall contract. • An approved hydrologic (HEC-HMS) model has been completed by others; and ENGINEER shall be provided with the design flows appropriate for this stream location. We understand the approved model incorporates a lateral weir, reducing the runoff at the project location. Additional hydrologic modeling is not anticipated, or included within this scope of work. • An approved hydraulic (HEC-RAS) model has been completed by others; and has been provisionally accepted by Floodplain Management. ENGINEEER shall be provided with this model to complete the final design, and shall submit to Floodplain Management for review, comment and approval. A final hydraulic model shall be included with the Preliminary Plans, documenting the final design configuration. • Post construction, a FEMA submittal, for a LOMR is included within this scope of work. • 2 borings at an average bore depth of 10-ft, 25-ft and 35-ft each will be provided. • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an additional one project specific traffic control sheets will be developed. • 1 printed and 1 electronic copy of the geotechnical report will be delivered to the CITY. • 1 full size set of plans will be delivered for Utility Clearance. • 1 full size set of plans will be delivered for Constructability Review. • 3 half size printed sets of plans will be delivered for Preliminary Design. City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 9 of 21 • PDF files created from design CAD drawings will be uploaded to the designated project folder in AUTODESK BIM 360. • All submitted documents and checklists will also be uploaded to the designated project folder in AUTODESK BIM 360. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings B. Preliminary iSWM Checklist C. HEC-RAS Model D. Utility Clearance drawings E. Geotechnical Report F. Documentation of key design decisions (Project Decision Log) G. Estimates of probable construction cost H. Public Meeting exhibits I. Traffic Control Plans TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Final draft construction plans and specifications shall be submitted to CITY per the approved Project Schedule. • Final iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. • The ENGINEER 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 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 • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • All water and sanitary sewer adjustments, relocations, and upgrades are to be designed by the Water Department, and inserted into this set of plans for bidding and construction. City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 10 of 21 ENGINEER shall coordinate with the Water Department and their Consultant and incorporate their work into the overall contract. • 6 half size sets and 1 full size set of drawings and 2 specifications will be delivered for the 90% design. • A PDF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in AUTODESK BIM 360. • 6 half size sets and 1 full size set of drawings and 2 specifications will be delivered for the 100% design. • A PDF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in AUTODESK BIM 360. • Preliminary/estimated drawing list includes the following: 1. Cover Sheet 2. General Notes 3. Existing Topographic Survey 4. Subsurface Utilities (SUE) Plan 5. Easement/ROW Layout 6. Overall Project Control 7. Traffic Control Plan 8. Additional Traffic Control Plan 9. Traffic Control Details 10. Water& Sewer Layout 11. Water Line Plan and Profile 12. Water Construction Details 13. Additional Water& Sewer Details 14. Tree Survey & Conservation Plan 15. Erosion Control Plan 16. Erosion Control Details 17. Additional Erosion Control Details 18. Overall Drainage Area Map 19. Bridge Hydrologic Computations 20. Storm Drain Hydrologic Comps. 21. Bridge Hydraulic Computations 22. Storm Drain Hydraulic Comps. 23. Demolition/Removal Plan 24. Culvert/Bridge Layout 25. Culvert/Bridge Profile 26. Bridge Elevation & Sections 27. Box Culvert Details 28. Wingwall & Parapet Details 29. Combination Rail Details 30. Additional Bridge Details 31. Channel Grading Plan 32. Channel Elevations 33. Channel Cross Sections 34. Concrete Riprap Sections & Details 35. Rock Riprap Sections Details 36. Roadway Plan & Profile City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 11 of 21 37. Roadway Cross-Section & Details 38. Additional Paving Details 39. Parkway & Sidewalk Details 40. Storm Drain Plan & Profile 41. Additional Storm Drain Plan/Profile 42. Storm Drain & Curb Inlet Details 43. Additional Storm Drain Details 44. Maintenance Ramp Plan & Profile 45. Maintenance Ramp Grading Plan 46. Ramp Sections & Details DELIVERABLES A. 90% construction plans specifications. B. 100% construction plans and specifications. C. Final iSWM Checklist D. Documentation of key design decisions (Project Decision Log). E. 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. F. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto AUTODESK BIM 360 for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to AUTODESK BIM 360 in .pdf format. The .pdf will consist of one file of the entire plan set. • The ENGINEER shall sell contract documents and maintain a plan holders list on AUTODESK BIM 360 from documents sold and from Contractor's uploaded Plan Holder Registrations in AUTODESK BIM 360. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 12 of 21 project's AUTODESK BIM 360 folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto AUTODESK BIM 360 and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on AUTODESK BIM 360. • Assist the CITY with assembling and awarding contracts for construction, materials, equipment, and services. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings • Final Design Drawings shall be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There shall be one (1) PDF file (created from CAD application of drawing) for the TPW plan set and a separate PDF file for the Water plan set. Each PDF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF file for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 13 of 21 PDF files shall be uploaded to the project's Record Drawing folder in AUTODESK BIM 360. • In addition to the PDF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF files, but shall include the sheet number in the name— "W-1956_SHT01.dwg", 'W- 1956—SHT02.dwg", etc. II. Water and Sewer file names shall use the X number as for PDF files, but shall include the sheet number in the name — "X-12155_SHT01.dwg", "X- 12755_SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS The project will be bid only once and awarded to one contractor. 6 sets of construction documents will be sold to and made available on AUTODESK BIM 360 for plan holders and/or given to plan viewing rooms. 6 sets of construction documents will be printed and made available for purchase by planholders and/or given to plan viewing rooms. 3 sets of half-size plans and specifications (conformed, if applicable) will be delivered to the CITY. • PDF and DWG files will be uploaded to AUTODESK BIM 360. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed, if applicable) E. CFW Data Spreadsheet TASK 6. CONSTRUCTION PHASE SERVICES. City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No. 103887 PMO Release Date:07/23/2012 Page 14 of 21 ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction 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 in AUTODESK BIM 360. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from the Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 15 of 21 o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file format. There shall be one (1) PDF file for the TPW plan set and a separate PDF file for the Water plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf PDF files shall be uploaded to the project's Record Drawing folder in AUTODESK BIM 360. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS 6 site visits are assumed. 6 submittal reviews are assumed. • 3 RFI's are assumed. • 1 Change Orders are assumed. City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No. 103887 PMO Release Date:07/23/2012 Page 16 of 21 • One copy of full size (22"x34") mylars will be delivered to the CITY— Please confirm; we've not had to provide these on recent projects. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and easements as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right-of-Way Research — N/A, provided under HROM Design Jump-Start 7 • The ENGINEER shall determine rights-of-way 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. - N/A, provided under HROM Design Jump-Start 7 • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's AUTODESK BIM 360 site. 7.3 Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare, mail and obtain Temporary Right of Entries from landowners. It is assumed that letters will only be required for landowners 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 AUTODESK BIM 360 site. ASSUMPTIONS • Right-of-Way research includes review of property/right-of-way records based on current internet-based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 17 of 21 TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Right-of-Way, easement exhibits and metes and bounds provided on CITY forms B. Temporary Right of Entry Letters TASK 8. SURVEY. ENGINEER will provide survey support as follows. 8.1 Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, utilities as required by the SUE, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). 8.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property for field survey, 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 AUTODESK BIM 360 site. 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 City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 18 of 21 • For projects that disturb an area greater than one (1) acre, the contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The ENGINEER will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction with will be incorporated into the SWPPP by the contractor. 9.2. Environmental Services • Waters of the United State Delineation • Section 404 / Nationwide Permit Assessment • Pre-Construction Notification (PCN) is not anticipated. However, should the impacted area be greater thank 0.1-acres, then a PCN is required. 9.3. Floodplain Services • Negotiating and coordinating to obtain approval of Fort Worth Floodplain Permit • Completing all forms/applications necessary • Submitting forms/applications for CITY review • Submitting revised forms for agency review • Responding to agency comments and requests • Post project construction, update HEC-RAS model to reflect as-built conditions. • Coordinate with Fort Worth Floodplain and prepare application for LOMR through FEMA. • Submit LOMR application, and FEMA application fee. • Respond to agency comments and requests • If requested by FEMA request, update HEC-HMS models to address diversion. 9.4 Texas Department of Licensing and Regulation (TDLR) • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. • Submit construction documents to the TDLR • Completing all TDLR forms/applications necessary • Obtain the Notice of Substantial Compliance from the TDLR • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 19 of 21 9.5 Fort Worth City Forester • Review and Coordinate with Fort Worth Parks & Recreation, and the City Forester on the Tree Survey and Conservation Plan. Solicit authorization for tree removal, where required for construction of the drainage improvements. ASSUMPTIONS • Permit preparation will begin after approval of the Conceptual Design. • 1 meeting is assumed with Stormwater Development Services for iSWMM approval. • 1 meeting is assumed with Stormwater Management for Nationwide Permit • 2 meetings are assumed with Floodplain Management for the floodplain permit. • 1 meeting and 1 site visit are assumed for TDLR approval DELIVERABLES A. SDS Approval B. Nationwide Permit Assessment C. Fort Worth Floodplain Permit D. TDLR Review Letter TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Traffic Water Water (Submit (Submit Storm Storm Lights /Sewer Traffic Control Control Control o 0 0 Attachment"A" Signal Engineering 30% 60/° 90/° Type (Submit All (Submit All @ 30%) 30% 60% All @ All @ @ 60%) Required for all work in City 30% 60%) ROW Street X X X X V X X X X Storm Water X X X X X Water/Sewer X X X X *If included in street project ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 20 of 21 Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth,Texas Haltom Road-HROM Attachment A City Project No.103887 PMO Release Date:07/23/2012 Page 21 of 21 ATTACHMENT B COMPENSATION Design Services for Haltom Road - HROM City Project No.103887 Lump Sum Fee for Design Hourly Amount for Construction Support Services I. Compensation A. The ENGINEER shall be compensated a lump sum fee of $231,366 plus a $113,367 hourly rate fee, for a not-to-exceed amount of $344,733, as summarized in Exhibit B-1 — Engineer Invoice and Section IV— Summary of Total Project Fees. The total not-to-exceed amount 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 II - Method of Payment. II. Method of Payment— Lump Sum Fee for Design 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 III. 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. Method of Payment— Hourly Fee for Construction Support Services A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. City of Fort Worth,Texas Haltom Road-HROM Attachment B City Project No.103887 PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2022 Rate 2023 Rate 2024 Rate $/hour) ($/hour) ($/hour Project Director 285 295 305 Project Manager 190 197 203 Sr. Project Engineer 190 197 203 Project Engineer 135 140 144 EIT/ CADD 100 104 107 Admin. / Clerical 65 67 70 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. IV. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department, Capital Delivery Division monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Haltom Road-HROM Attachment B City Project No.103887 PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION V. Summary of Total Project Fees Firm Primary Responsibility Fee % Amount Prime Consultant Baird, Hampton & Brown Project Mgmt. & Engineering (fixed) 165,995 56.9% Construction Support (Hourly) 38,742 11.2% FEMA LOMRApplication (Hourly) 68,125 19.8% Proposed MBE/SBE Sub-Consultants ANA Topographic Survey 14,300 4.1% TSIT Geotechnical Investigation 11,871 3.4% IES Environmental /WOTUS & Permit 3,750 1.1% IES 404 Permit PCN (IF REQUIRED) 15,000 4.4% TRG Subsurface Utility Engineering 11,950 3.5% Non-MBE/SBE Consultants TOTAL $344,733 100% Project Number& Name Total Fee DBE Fee DBE % Haltom Road Bridge - HROM $344,733 $41,871 12% City MBE/SBE Goal = 10 % Consultant Committed Goal = 12 % City of Fort Worth,Texas Haltom Road-HROM Attachment B City Project No.103887 PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Haltom Road-HROM Attachment B City Project No.103887 PMO Official Release Date:8.09.2012 Page 4 of 4 B-4 (� .c c � � � k\ § o dC 2 � > I � a� � ( ' kk k � g ® 2 � � � - = E E k ° ° ■ ( f c § � a % § e k ° � � & § 5 a « � 2 e § zo k ; rLa . o I o / 06 w Eo ai IL kE - oo s� _ # LL E kE \ § � k fI § k 06 k ! IL 00/) £ CL o c eCL _ :E � ■ � � � / m V v \ § > 0 c E ■ � � c" � ® ` E �� § o E z i{. �tt -- 2 5■ ��� _ . . _ � � ■ � ' s e �122° . . . . . . _ __ E a �- - - - � » » o CLCL IL IL _ ■ ! ! ! ! ! ! }IL 0. k§ ; mmmmmmm E 2Z \ LD ■n cc I • o � ! L ■ ? g | © / ° ` to ¢■ , a !2§99999 ) k | ! a §!3!§5i§ j . ƒ � | § o �■;-; a § { | 7 , o � | § ; � E § 1 $ k ( ° 9! { | - ^ ! k ! ) cE - - � � ! | | Ez .. _ E @ { §gm88888 | ] 7c ! - ,.... .. £E . | !§!([§5§§ \ | |®■_ ; I } ) � k§§§ ■ �« k .. E ..�) � | ) L) 9/) §� w .£E�0§k � \ ] ; §� E o � k( / CO) ; i \.� \.� \.� /,. \} §() �� �§C CO .� IL :E 2� � -a` aas = | . ! ! ƒ | | |! | L AI2A) k waIL/aa\ a (k )ƒ k § J \ §° E 'i k / u - 2W ! • � ' Re 2f k� \ \ s � - £ 0 cL c ) .. / 0 � ECDCL CO) ka moo « _ -r ° g - 0 E ` � \ Im § � � ` ) $k \ 0 - 3 £ \ & k ; E ©! � ! / E « LU .0- 2 �� s2 # « � % Se 0C ) � 0] &emm k o � , _ _ c lk ;; J E � kCL � U) 0 km10§ � / 0 �0 k - • gb / § ƒ Ek�U. > _ c $A :E E , I b a 0 k 0co w 5 LL k /� / k k U) ii k s�) ° 0 *k E 2 . =w ■ ■� #� # _> .ass0 § . ■ 000 ■ e a �to � 0 00 o _� LC§ C _. .2. _�. .�. �...2.• . . . . .. a ab u U ■■aaa/ $ � � � � �� (k �i kJ im B - k S .f E .— 6 (�■■ §, . a 20 $� 2 ------------- - - ° .o� 0 a? a A �2CL 3 aaG W� 0 7 # 2 u m C14 ® ) # L9 o $ J ) s CL LU L 3 ) �ai § 7 a$ ƒ { , ! 4 ` CN - - ! , ® ;? ; % §/ k kk 2 (D � • § % §) Gi �# a CD 0 § o k k Ge ;2] �£ ; ■ $ c \ \ \ /� \ o _ \\ � § k k� �� 2 ® f | ! ! & £ m o ; § ƒ 2 § �� % v ! !a !§% 0 �� k / q y - C k k § m A a. � � � ■3 � ) co §\ u Wca « j ! !(A !L§ ■ e ) ° (� I. !£ E k / u - 2W { kme ) _rl > 21 c ■ f � CLs E �j � � I | � 7 § 2 i § � § oE®® a - � \ 0 ) § � 0 k E M § 3 � ©� IL W.a ) � f� 0E _ °f - § $ � a� | / ! « - ■ � _ # eee c _ § m ® /J ) % Se � §! | §E_s CL_AD Cs lkC9 ! ƒ i ) kBkk § Im« k ; k .. k D 2 � �U E 2 � f § to I06 ILUS - - v /§ LL Cl) / 77 CD I � co as . k k b LL V) Eo o E2 ■ a" ��� . Lq 0U (A2 2 ■ !k2r __o ■ ■ EP , . i§LD= r °° 41 22]2 E� �IL IL 5 z ■■aaaI a -D ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Haltom Road - HROM City Project No. 103887 <List any changes to the Standard Agreement> No Changes / Not Applicable City of Fort Worth,Texas Haltom Road-HROM Attachment C City Project No.103887 PMO Release Date:05.19.2010 Page 1 of 1 FORTWORTH ATTACHMENT "D" PROJECT SCHEDULE A. ENGINEER Project Schedule Development ENGINEER shall prepare a project schedule for the services to be provided in fulfilling the requirements of the Agreement and encompassing the Scope of Work defined in Attachment A to the Agreement. ENGINEER shall prepare and maintain project schedule throughout the life of the project as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for planned sequencing of the work activity and timing of the work. B. Schedule "Tier" Selection City has identified three "Tier" levels for project schedules as defined in City's Specification 00 31 15, to align with the size and complexity of the project as a basis for schedule development. City's Project Manager will determine the "Tier' level for the ENGINEER's project schedule as part of the negotiation of the Agreement. C. Project Baseline Schedule ENGINEER will produce an initial project schedule and submit as a "baseline" for review and acceptance by City's Project Manager as defined in City's Specification 00 31 15 which will be referred to as the Project Baseline Schedule. Updates to the baseline schedule follow the requirements of City's Specification 00 31 15. D. Project Progress Schedule ENGINEER will provide to the City, monthly updates to their project schedule indicating progress of the Work in compliance with the requirements of City's Specification 00 31 15 and said schedule will be referred to as the Project Progress Schedule. E. Master Project Schedule City will develop and maintain a master project schedule for the overall project. ENGINEER's project baseline and progress schedule submittals will be an integral part of the development and updating process of City's Master Project Schedule. City of Fort Worth,Texas Haltom Road-HROM Attachment D City Project No.103887 Revision Date:07.20.2018 Page 1 of 1 ATTACHMENT "E" PROJECT LOCATION Design Services for Haltom Road - HROM City Project No. 103887 Rup1 artl SI a F Epp 181 m // ■ vogt RV Center Vietnam Plaza �0 Ate=��s, ,e Grocery Store - „n Pros u ,o Fort Worth $ Fuel City Haltom City D Buffalos s Vanish Rd ' S7 Mar / united RV:. enter whcerev ss r CVS ° .r• Fox or t� ��i� � 44 t k T Crcls �CurkTri %y � McDonald- s � r 771 Is, Project Location Standard Supply Fort Worth Branch 9Texas Wholesale Ado- i 9 Beach Industrial Park ARC Kings Wks to Br x cadderdaa w f1 Talk Foods 9 ClmoreSt FWMDA-DatYa�d - -E 1 "— Park Trai€h Sun Carriers 4 E ls1 St g � r i F ilh S1 Gateway disc Galt Course Cw1vez Are 01 , . Gateway Co park 5vnthetir o ale City of Fort Worth,Texas Haltom Road-HROM Attachment E City Project No.103887 PMO Release Date:05.19.2010 Page 1 of 1 City of Fort Worth, Texas Mayor and Council Communication DATE: 08/23/22 M&C FILE NUMBER: M&C 22-0636 LOG NAME: 20SWM HALTOM RD HROM SUBJECT (CD 4)Authorize Execution of an Engineering Agreement with Baird, Hampton&Brown, Inc.,in the Amount of$344,733.00 for Design of the Haltom Road Hazardous Road Overtopping Mitigation Project,Adopt Appropriation Ordinance and Amend the Fiscal Years 2022-2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an engineering agreement with Baird, Hampton&Brown, Inc.,in the amount of$344,733.00 for design of the Haltom Road Hazardous Road Overtopping Mitigation project(City Project No. 103887); 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Revenue Bonds 2020 Fund by increasing estimated receipts and appropriations in the Haltom Road Hazardous Road Overtopping Mitigation project(City Project No. 103887)in the amount of$805,000.00,and decreasing estimated receipts and appropriations in the Quail Road Hazardous Road Overtopping Mitigation Project(City Project Number 103053)by the same amount;and 3. Amend the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: The engineering agreement recommended by this Mayor and Council Communication(M&C)will provide for engineering and design services related to the Haltom Road Hazardous Road Overtopping Mitigation (HROM)project.The project will mitigate the risk of hazardous road overtopping of Haltom Road as it crosses Dry Branch Creek near State Highway 121 to better protect drivers from road flooding. The Hazardous Roadway Overtopping Mitigation(HROM)program is an ongoing effort to identify hazardous road flooding locations,prioritize them based on risk and,where feasible,develop solutions to make them safer. The HROM program was created in response to life-threatening and fatal incidents associated with flooded roads, usually at stream crossings. In May 2018,the Transportation and Public Works Department(TPW),Stormwater Management Division(SWMD),published a Request for Qualifications(RFQ)for various engineering consulting services.Thirty-seven consultants responded to the RFQ for the project design service area with Statements of Qualifications(SOQ).An evaluation team of three City staff subject matter experts from the SWMD scored the SOQ's based on team capability and experience and firm's past performance.The City's Business Equity team also evaluated and scored the SOQ's.A pool of twenty-two consultants was selected based upon these scores to be matched with specific projects. Based on this scoring, Baird, Hampton &Brown, Inc was selected as the most qualified consultant to perform design services for this project. In order to expedite project delivery, Baird, Hampton&Brown, Inc.was engaged through an administrative jump start contract(City Secretary Contract No.55871, HROM Design Jump-Start 7 for$45,000.00)to participate in the project development and evaluation of potential improvement alternatives to be implemented in the final design. Baird, Hampton&Brown, Inc.proposes to perform design and engineering services for a fee in the amount of$344,733.00. The services provided will include designing culvert and roadway improvements for Haltom Road as it crosses Dry Branch, near State Highway 121. The engineer will also prepare plans and specifications for construction and provide services during bidding and construction. Staff considers the fee to be fair and reasonable for the scope of services proposed. Additional funds in the amount of$460,267.00 are requested for easement acquisition and project administration. Funding for this project was not included in the Fiscal Years(FY)2022-2026 Stormwater Capital Improvement Program(CIP). Stormwater revenue bond funds in the amount of $3,200,000.00 were previously appropriated to the Quail Road HROM project(City Project Number 103053)and a portion of these funds will be reallocated to the Haltom Road HROM project(City Project No. 103887)since more time is required to develop the Quail Road HROM project due to complexities associated with its location. The action in this M&C will amend the FY2022-2026 Capital Improvement Program as approved in connection with Ordinance 25073-09-2021.The 2020 Stormwater Revenue Bond will fund this project. Capital Fund Project Name FY2022 CIP Authority Budget Change Revised Name (Increase/Decrease) FY2022 Appropriations Budget Stormwater Haltom Rd Rev Bonds HROM project- 2020 Fund 103887 $0.00 This M&C $805,000.00 $805,000.00 J J J J J J I Baird, Hampton&Brown, Inc.is in compliance with the City's Business Equity Ordinance by committing to 12%Business Equity participation on this project. The City's Business Equity goal on this project is 10%. This project is located in COUNCIL DISTRICT 4. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available within the Quail Road HROM project within the Stormwater Rev Bonds 2020 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance,funds will be available in the Stormwater Rev Bonds 2020 Fund for the Haltom Rd HROM project to support the approval of the above recommendations and execution of the contract. Prior to any expenditure being incurred,the Transportation&Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by- Dana Burghdoff 8018 Originating Business Unit Head: William Johnson 7801 Additional Information Contact: Linda Young 2485 Signature: L�/ p°Q Email: Martin.Phillips@fortworthtexas.gov FORTWORTRI. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Haltom Road HROM - Design Contract M&C: 22-0636 CPN: 103887 CSO: DOC#: Date: 9/1/2022 To: Name Department Initials Date Out 1. Mike Crenshaw TPW s Sep 9, 2022 2. Sadie Ishmael TPW 5 Sep 9, 2022 3. Sophia Gatewood Risk Mgmt 5S Sep 12, 2022 4. Martin Phillips TPW M v Sep 12, 2022 5. Lauren Prieur TPW0 Sep 12, 2022 6. Doug Black Legal ,* Sep 12, 2022 7. William Johnson CMO w� Sep 12, 2022 8. Jannette Goodall CSO J� Sep 12, 2022 9. TPW—SW—Contracts TPW SW 10. Vania Soto CSO .�4 Pep 16, 2022 CC: Program Manager—Linda Young, Sr.CPO—Lissette Acevedo,TPW BSPAP Recon Team— Cindy Sengathith DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip,David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES [:]No ROUTING TO CSO: ®YES ❑No Action Required: ❑ Attach Signature,Initial and Notary Tabs ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File