Loading...
HomeMy WebLinkAboutContract 36323 CITY OF FORT WORTH, TEXAS "�CN i i°FACT NO. �18 STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and CH2M HILL, Inc. the "ENGINEER"), for a PROJECT generally described as: Integrated Program Management for Capital Project Delivery, Phase 1. The PROJECT will be executed in four (4) phases. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article 1, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. X01 066 STANDARD ENGINEERING AGREEMENT(REV 10/06/05) u"N1L Page 1 of 14 U Il N1L I1 IIg!Ii�GS EX. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, 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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 2 of 14 E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (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, STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 3 of 14 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 not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. 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 three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 4 of 14 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 three (3) 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 subcon-sultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident on a combined single limit or $250,000 Property Damage $500,000 Bodily Injury per person per occurrence A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned when said vehicle is used in the course of the PROJECT. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 5 of 14 Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim $2,000,000 aggregate Professional liability shall be written on a claims-made basis and shall contain a retroactive date. prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the City for each year following completion of the contract. (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of forty-five (45) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A: VII in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 6 of 14 (f) Deductible limits, or self insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may-also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions in writing. I For all lines of coverage underwritten on a claims-made basis, other than Professional Liability, the retroactive date shall be coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims- made. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement and all insurance required in this section, with the exception of Professional Liability, shall be written on an occurrence basis. (1) Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. STANDARD ENGINEERING AGREEMENT(REV 10/06105) Page 7 of 14 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 ENGINEER will, if requested, assist the CITY 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. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. . A. City-Furnished Data ENGINEER may rely upon the accuracy', timeliness, and completeness of the 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 and will provide labor and safety equipment as required by the ENGINEER for such access. 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 STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 8 of 14 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 in Attachment A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 9 of 14 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 V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 10 of 14 through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work 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 The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 11 of 14 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 termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, , officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. 1. 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. STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 12 of 14 J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. 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.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. 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. STANDARD ENGINEERING AGREEMENT(REV 10/06/06) Page 13 of 14 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B—Compensation Attachment C—Amendments to Standard Agreement for Engineering Services Attachment D— Project Schedule Executed this the jq hday of , 2007. ATTEST: CITY OF FORT WORTH By: Marty Hend& Marc A. Ott City Secretary Assistant City Manager LQ051 APPROVAL RECOMMENDED Contract utn rization IA. Doug as Rademaker, P.E. Date Director, Engineering Department APPRO D AS T O AND EGALITY Assistant Fly orn y CH2M HILL INC. ATTEST: ENGINEER Y: Michael Bastian Vice President STANDARD ENGINEERING AGREEMENT(REV 10/06/05) Page 14 of 14 �VJ Fro ti� a i Attachment A Scope of Work Under Agreement between City of Fort Worth and CH2M HILL for Integrated Program Management for Capital Project Delivery, Phase 'I Objective The goal of this project is to significantly increase the capital project delivery capacity of the City of Fort Worth (CITY) on a going forward basis resulting in national recognition that the CITY is the leader in planning, designing, and constructing capital infrastructure in the public sector. The objectives for Integrated Program Management (IPM) that must be met in order to achieve this goal include: 1. Implement world-class IPM for all departments and with all tools and performance measures, 2. Recommend specific interim changes, 3. Develop and implement a professional development program, 4. Deliver existing capital projects concurrent with developing the IPM, 5. Attract and retain qualified construction contractors, increase capacity, and encourage MWBE participation. The IPM is envisioned in four phases. Phase 1. Stage 1 development and implementation Phase 2. Full implementation Phase 3. Expedited delivery and improvement Phase 4. Transition and phase-out The duration of the combined phases is anticipated to be three to four years. The duration of Phase 1 is expected to be 10 months. The work to meet these objectives through the four phases of the project is organized into five major tasks and an additional optional task should it be needed. The major tasks are Task 1. Management and communication Task 2. IPM and organization development Task 3. CIP delivery Task 4. Contractor development Task 5. Public involvement and external communications Task 6. Additional services as requested by City Attachment A: City of Fort Worth A-1 The scope for Phase 1 is presented below. The scope for each subsequent phase will be developed and submitted for approval as an amendment to this contract. Phase 1. Stage 1 Development and Implementation Phase 1 Overview Phase 1 is anticipated to last 10 months from notice to proceed. The work is focused on development of IPM and facilitating delivery of CIP projects. The work is organized into 6 Tasks as summarized above, and described in detail in the following sections. Task 1. Management and Communication Subtask 1.1. Program Startup • Description of Work: a) Compile list of information/data needed by program team b) Plan and execute internal team start-up activities c) Develop IT-related facility requirements d) Develop administrative support strategy and staffing plan e) Finalize facility and co-location logistics • Key Assumptions: Work must be accomplished within first 60 days City staff will cooperate in a timely manner to address coordination issues. City will coordinate on provision on internet connectivity and VPN client for access to CoFW network resources, allowing consultant laptops (rather than CoFW desktops) to be used for work. Cost for internet access will be included as an expense. • Major Deliverables: — Information Needs memo — Internal team work breakdown structure (WBS), Project Instructions, team kickoff, etc. — IT requirements memo — Provision of internet connectivity outside of City firewall for consultant team — Co-location plan memo including'check list and administrative staffing plan • Subtask Leader: Ken Hall Subtask 1.2. Program Structure and Guidelines • Description of Work: a) Refine WBS - program level Attachment A: City of Fort Worth IPM A-2 1) Review and evaluate existing WBS (CPMS) - Program level —for use and enhancement 2) Summarize preliminary WBS for review 3) Create final WBS incorporating City comments 4) Implement WBS b) Develop Program Management Plan 1) Develop annotated table of contents for City review 2) Develop documentation controls (version, filing, storage protocols) 3) Develop program specific procedures (invoices, monthly reports, letter, agenda, etc.) c) Develop Program Internal Communication Plan d) Develop Health and Safety Plan e) Develop Quality Management Plan • Key Assumptions: Work must be accomplished within first 60 days City staff will cooperate in a timely manner to address coordination issues. • Major Deliverables: — Program level WBS — Documented and endorsed Program Management Plan — Documented and endorsed Program Internal Communication Plan — Documented and endorsed Health and Safety Plan — Documented and endorsed Quality Management Plan • Subtask Leader: Van Walling Subtask 1.3. Program Internal Communications • Description of Work: a) Regular coordination meetings b) Issue-specific action meetings c) Regular program status and progress meetings d) Executive status updates e) Program collaborative web site population and maintenance • Key Assumptions: — Subtask duration is ten (10) months. — Necessary City staff are available for meetings. — Regular coordination meetings are assumed to occur weekly, with two program staff and an administrative assistant attending each on average. — Assume that there will be a total of 20 issue-specific action meetings attended by two (2) program staff. — Regular program status and progress meetings are assumed to occur twice monthly, with three (3) program staff and an administrative assistant attending on average. — Executive status updates are assumed to occur weekly, with three program staff attending on average. • Major Deliverables: — Agenda and meeting summaries for regular coordination meetings — Agenda and meeting summaries for issue-specific action meetings Attachment A: City of Fort Worth IPM A-3 Agenda and meeting summaries for regular program status and progress meetings Agenda and meeting summaries for executive status updates Program-related content for collaborative web site. ® Subtask Leader: Ken Hall Subtask 1.4. Program Level Coordination • Description of Work: a) Oversee task activities and deliverables b) Identify and remove impediments to progress c) Lead collaboration and transformation efforts d) Prepare and review status reports and invoices e) Facilitate task coordination and opportunities for efficiency f) Participate in and support various City and external meetings • Key Assumptions: Covers time spent by Program Manager, Deputy Program Manager, and Program Assistant on program level (not single task-specific) assignments - Subtask duration is 10 months. Includes 20 city department or external meetings attended by two program staff on average. • Major Deliverables: Miscellaneous e-mails, action items from meetings, comments, etc. • Subtask Leader: Ken Hall Task 2e IPM and Organizational Development Subtask 2.1. Program Vision and Direction • Description of Work: a) Develop a clear definition of the terms Program, Project, and Integrated Program Management (IPM) and their interrelationship. b) Define the scope of projects to which the IPM will be applied. Determine whether IPM will be used on City projects other than those that are part of current CIP (for example, information technology projects, or vertical construction projects not included in this CIP, or other City projects). c) Working with City's Executive Management, clearly define the changes that need to be brought about as a result of implementation of IPM. d) Finalize the structure with its associated teams (i.e. Executive Steering Committee, Program Management Improvement Team (PMIT), Project Delivery Teams) for the management of the program. Form the teams and begin their operation. • Key Assumptions: - Several (2 to 4) workshops with Executive Management in the first month of this activity will be necessary to complete this task. - The IPM is intended for use on projects other than those that are part of the current CIP. Attachment A: City of Fort Worth IPM A-4 A sub-team structure with an executive steering committee will be the means by which the work of program is developed. • Major Deliverables: - Documented Definitions for Program, Project, and IPM - Listing of different project types currently performed at the City along with identification for which the IPM will be applied - Summarized/prioritized listing of the key changes that are to be the focus of the IPM implementation - Documented structure for the program with its associated teams (i.e. Executive Steering Committee, PMIT, Project Delivery Team) and their membership. Documented listing of the roles and responsibilities and guidelines for each of these teams. • Subtask Leader: Don DeWolfe Subtask 2.2. Chartering and Alignment • Description of Work: a) Develop Internal Stakeholder Communication Plan which defines the first year strategies and tactics for communicating with all levels of City staff regarding the status and progress of the program b) Conduct, lead, and facilitate Program Management Overview workshops for City staff impacted by the program, including staff in contracting departments (TPW, DOE, Water, Parks, etc.). c) Conduct, lead, and facilitate a series of chartering workshops to gain alignment on the work of the program. It is expected that these workshops will include: 1) Chartering Workshop for Executive Management 2) Chartering Workshops for other levels of management 3) Chartering Workshop for Project Management Improvement Team (PMIT) 4) Chartering Workshop for Project Delivery Team 5) Other Chartering Workshops focusing on individual departments • Key Assumptions: - A maximum of eight (8) 2-hour Project Management Overview workshops with a maximum of 30 participants in each workshop will be conducted. - A maximum of six (6) 4-hour chartering workshops will be conducted. - City will provide meeting space for workshops. - City will make key staff available for workshops. • Major Deliverables: - Documented Internal Stakeholder Communication Plan with initial strategies, tactics and actions. - Workshop materials for the Program Management Overview Workshops - Documented workshop notes from all chartering workshops. - Documented charters for each of the teams that are chartered. - Summary charter document for the entire program. • Subtask Leader: Don DeWolfe Subtask 2.3. Initial Assessments • Description of Work: Attachment A: City of Fort Worth IPM A-5 a) Conduct Summary Assessment of current operations and information through a series of cross-departmental workshops b) Conduct Organization Culture/Change Readiness Assessment through a series of instruments, information review, and interviews c) Conduct a Process/System/Tool Assessment through a series of instruments, information review and workshops d) Conduct a Training/Skills Assessment through a series of instruments, review of previous training and training plans, and workshops. • Key Assumptions: - Existing assessments tools will be used for the work in this subtask. - Assessment workshops with appropriate City participation will occur per established schedule. Up to four (4) workshops are anticipated. - Requested information, if available, will be provided by the City in support of the above assessments. • Major Deliverables: - Documented Summary Assessment including review of information, findings and results. - Documented Organizational Culture/Change Readiness Assessment including review of information, findings and results. - Documented Process/System/Tool Assessment including review of information, findings and results. - Documented Training/Skills Assessment including review of information, findings and results. • Subtask Leader: Don DeWolfe Subtask 2.4. Initial Process and Tool Development • Description of Work: a) Develop a common high-level Project Man'agement process framework used to manage all projects that are part of the program. Also develop as part of this framework the relationship of the different support processes to the Project Management Process. b) Define additional Program elements that will support the successful implementation of individual projects. c) Define the key tenets/guiding principles for each of the major steps of Project Management process framework. These tenets will be used in subsequent training and communications and will help to focus Project Management tool prioritization. d) Develop a Project Management Tool Architecture. This architecture consists of a listing of desired tools aligned with each major step of the Project Management process framework. e) Determine which Project Management tools will be developed first and determine a phased implementation/release strategy (including pilot projects) for these tools. f) Develop the first round of Project Management tools for use by projects during Phase 1 development of IPM. g) Develop a glossary of terms and acronyms with definitions that will be used in all program and process documentation and project management tools. Attachment A: City of Fort Worth IPM A-6 • Key Assumptions: - Examples from other clients and other industries will be used to guide the development of the Project Management process framework and other deliverables for this task. - Sub-process diagrams will be developed for each of the major steps of the Project Management process framework. - 4 to 8 tenets/guiding principles will be developed for each major step of the Project Management process framework - For Phase 1, twenty-five Project Management tools will be developed. - The 25 tools developed in this task will be released using a phased/staged approach. - The glossary of terms will focus on key terms associated with IPM and the Project Management process framework. • Major Deliverables: - Graphical documentation of high-level Project Management Process framework (2-levels) with listing and relationships of support processes - Documented listing of program approaches/focus areas with stated requirements Documented listing of key tenets/guiding principles for each major process step of the Project Management process framework. Project Management Tool Architecture (listing of potential Project Management tools aligned with each step of the PM Process framework.) Prioritized/Phased Plan for Project Management tool release First round of Project Management tools Documented glossary of terms and acronyms with definitions • Subtask Leader: Don DeWolfe Subtask 2.5. Initial Deployment and Phase 2 Preparation • Description of Work: a) Develop Project Management related Training and Development Plan for different levels of City staff working on City projects (including Construction Inspectors). b) Develop/Finalize Short term Deployment/implementation Plan with strategies for Phase 2 of the program, as it relates to additional needs of IPM. c) Develop/finalize roles and responsibilities of Program/Project functions along with associated resource requirements. d) Develop and deliver first round of Project Management related training offerings in support of the prioritized program requirements. e) Evaluate and prioritize support process requirements. • Key Assumptions: - Training and development plan will focus on immediate offerings (latter part of Phase 1) along with needs for Phase 2. - It is anticipated that some of the initial offerings related to Construction Inspectors will focus on the continuation and enhancement of the Construction Inspector Training Program already developed by DoE. - A total of 64 hours of training will be offered during Phase 1. Attachment A: City of Fort Worth IPM A-7 The prioritization of support processes will focus on four (4) to eight (8) support processes at this phase of the program. • Major Deliverables: - Short-term Training and Development Plan which includes courses and schedule along with other development activities. This plan will also include longer term offerings at a summary level. - Documented Deployment/implementation Plan for Phase 2 which includes strategies, actions, responsibilities, and schedules. - 'Documented definition of roles and responsibilities for program/project related staff. - Agendas and materials for the identified training offerings along with the delivery of the training by a CH2M HILL senior consultant. - Identification and prioritized listing of support processes to the Project Management Process framework. • Subtask Leader: Don DeWolfe Task 3. CIP Delivery Subtask 3.1. CIP Assessment and Quick Start • Description of Work a) Inventory and assess existing projects and schedules b) Identify and finalize inventory of projects within program c) Update and upgrade existing project schedules and cost estimates as needed d) Develop basic schedules for projects that have none e) Identify/prioritize projects needing immediate action D Develop quick-start action plans for projects needing immediate action g) Develop approach/schedule for managing CH2M HILL , DOE, and Contracting Department PM workload and Construction Inspector workload • Key Assumptions - The duration of this subtask is 3-4 months. - The City will make available needed information on existing and proposed projects in a timely manner. - The City will direct existing design consultants, contractors, and City PMs to cooperate with CH2M HILL in assessing, updating, and developing project schedules. - The approach for initially managing CH2M HILL, DoE, and Contracting Department PM workload will be based on a resource loaded schedule. - The basic schedules developed from scratch for existing projects will include limited numbers of activities and only rudimentary resource loading in order to complete this activity in a reasonable amount of time. - Approximately 50 basic schedules for existing projects will be developed. - Approximately 10 quick-start action plans for projects needing immediate action will be developed. • Major Deliverables Attachment A: City of Fort Worth IPM A-8 — Project Inventory and Status List (MS Excel or database) including evaluation information on key project characteristics related to success. Updated/upgraded/created project schedules (SureTrack/Primavera or MS Project). — Quick-start action plans for projects needing immediate action. — Resource-loaded schedule for use in managing CH2M HILL and DoE PM's workload. ® Subtask Leader: Van Walling. Subtask 3.2. IPM Program Controls Development ® Description of Work a) Work with City staff to identify existing cost and scheduling tools, processes, and preferences. Identify alternatives for schedule and cost management tools for discussion with City. Recommend cost estimating and scheduling tools and processes for IPM. b) Develop and implement basic scheduling tools and processes for IPM. Because the implementation will be guided by the aforementioned scope item, whose recommendations at this time are unknown, a basic level of implementation is assumed. Additional functionality and development, if recommended and approved, would be funded out of Task 6 —Additional Services as Requested by the City. c) Work with City staff to identify existing tools (including Buzzsaw and Unifier), processes, and preferences for collaboration and document control. Identify alternatives for collaboration and document control tools for discussion with City. Recommend collaboration and document control tools and processes for IPM. d) Develop and implement basic collaboration and document control tools and processes for IPM. Because the implementation will be guided by the aforementioned scope item, whose recommendations at this time are unknown, a basic level of implementation is assumed. Additional functionality and development, if recommended and approved, would be funded out of Task 6 —Additional Services as Requested by the City. e) Training on Tools and Processes 1) Classroom Based Training for General User: These training sessions will be administered in a classroom setting for general users. Four (4) 3- hr sessions would be administered. A qualified technical project team resource along with a City liaison will conduct these sessions. 2) Specialized User/Administrator training: This tier of training will be a very detail-oriented session for a limited number of individuals involved with day to day administration of the hardware and software resources. Two (2) 1/2-day sessions will be administered. A qualified technical project team resource along with a city liaison will conduct these sessions. • Key Assumptions Standard report templates will be developed by CH2M HILL and delivered to CIP consultants and contractors in electronic form. The reports will be used to establish a standard schedule layout for basic schedule reporting to include: Attachment A: City of Fort Worth IPM A-9 1) Gantt Chart display of Baseline plan compared to actual progress 2) Organization by WBS logically grouping the scope of the project 3) Budgeted Cost 4) Earned Value 5) Percent Complete 6) Schedule Performance Index (SPI) — Phase 1 basic effort for developing scheduling, document control, and collaboration assumes limited automation. Opportunities for automation will be identified and scoped for consideration and potential implementation under Task 6 —Additional Services as Requested by City. Phase 1 basic effort assumes the master program schedule platform will be based on Primavera 6 (the actual software implemented will depend on the direction by the City following the aforementioned evaluations). Standard project schedules (that will roll-up to the master schedule) may be based on MS Project or Primavera platforms, depending on the outcome and recommendations in 32(a). Phase 1 basic effort assumes the program reporting system will leverage existing Skire Unifier implementation as appropriate to meet client needs and requirements, but will not involve full integration with Skire Unifier until after Phase 1. The focus of program and project reporting in Phase 1 is on more accurately providing status on individual projects so that project managers can be more effective and proactive. Phase 1 basic effort assumes collaboration tools for project managers will be focused on existing Skire Unifier and Buzzsaw capabilities, where applicable, and supplemented by a very basic PM Portal. • Major Deliverables Schedule and Cost Estimating Tools and Processes Memo, including cost accounting needs and strategy as well as program and project schedule standards with draft language for inclusion in City consultant and contractor contracts — Collaboration and Document Control Tools and Processes Memo — Basic program collaboration web site (PM Portal) leveraging existing Unifier and Buzzsaw systems , — Tools Documentation ( 1 General User Guide, 1 Administrator Guide) — Tools Training Material, four (4) 3-hr Classroom General User Training Sessions (up to 25 participants per session), two (2) 1/2-day Administrator Training Sessions (up to 10 participants per session) • Subtask Leader: John McNiff Subtask 3.3. IPM Schedule Management and Status Reporting • Description of Work a) Monitor and manage the overall scheduling process by monitoring the Master Schedule for all projects in the CoFW CIP and analyzing schedule variances. Schedule variances trending toward adverse project performance will be reported to the appropriate PM. This will also include schedule submittal review and comment for schedules submitted by consultants and contractors. Attachment A: City of Fort Worth IPM A-10 b) Monitor and actively manage the cost reporting system by running or requesting cost reports relative to the respective projects. Depending on the resulting implementation determined in Subtask 3.2, these may be tabular by WBS or invoicing reports which will be compared to schedule Earned Value performance to check for balance and to report to the appropriate PM the degree of Earned Value compared to the cost for the WBS level and/or the task level depending on the detail available in the schedule. c) Provide proactive schedule-based planning and management assistance to PMs. d) Create regular schedule update reports for PM use. The schedule reports will include the following fields and layout: 1) Gantt Chart display of baseline plan compared to actual progress 2) Organization by WBS logically grouping the scope of the project 3) Budgeted Cost 4) Earned Value 5) Percent Complete 6) Schedule Performance Index (SPI) • Key Assumptions The scheduling specification will be developed by CH2M HILL with the involvement of from the City to include requirements of resource and cost loading by consultants and contractors and become a part of their contract documents. — Project scheduling by contractors and consultants will be performed by appropriately trained staff and meet all CPM rules. — Basic level of effort for schedule update reports is assumed to be based on those reports derived from Primavera. — City inspectors or designees will be available for schedule reviews. — Considering that this schedule analysis and monitoring task is in many ways dependent upon the number of entities in the Program that must develop and submit schedules for CH2M HILL's review, for budgeting purposes an assumption was made that three (3) Full-Time-Equivalents (FTEs) of qualified project controls staff are needed in Phase 1. • Major Deliverables — Master schedule organized by an Enterprise Project Structure (EPS) with drill down to a project with WBS level organization and detail sequencing of tasks that are cost loaded. — Monthly Earned Value Reporting — Monthly Project status reports to include variances from the baseline and latest projected end date for the project. — Cost reports TBD with OWNER — Mentorship on scheduling basics and process to PMs — Interpretation of schedule and Earned Value reports • Subtask Leader: James Caston Subtask 3.4. Project Delivery Support • Description of Work Attachment A: City of Fort Worth IPM A-11 a) Provide project management support for design projects and oversight of design consultants focused on scoping, contracting, schedule review, progress status, quality, and coordination. b) Provide design QA/QC review on specified projects. c) Provide inter-project support for utility coordination. d) Provide construction support services including construction inspection, review of payment requests, and change order management. e) Review design and construction cost estimates for projects. D Coordinate construction material procurement for specified projects. g) Provide mentoring for City PMs on project and program management processes. • Key Assumptions Given the uncertainties associated with current City PM capacity and designation of specific projects within the program, these services and activities will be provided to the extent that they may be accomplished with three (3) full-time equivalent project managers. — Assignment of additional project managers to the program will be at the City's request, and funded out of Task 6 —Additional Services as Requested by City. — The duration of this subtask is ten (10) months. — The City will make available needed information on existing and proposed projects in a timely manner. — The City will direct existing design consultants, contractors, and City PMs to cooperate with CH2M HILL in performing the work. • Major Deliverables — Progress status reports and schedule updates. — Design QA/QC review memos and markups (as appropriate for the assumed staff resources and particular project). — Meeting agendas and summaries focused on actionable items. — Construction inspection reports (as appropriate). — Payment request and change order request responses. • Task Leader: Van Walling. Subtask 3.5. Existing Construction Specification Review and Recommendations • Description of Work a) Evaluate existing construction specifications for adequacy in supporting program objectives and processes. b) Identify best-in-class options for transforming specifications. c) Prepare memo summarizing recommendations to meet program needs. d) Prepare draft RFQ for the City to retain a consultant to revise the construction specifications. • Key Assumptions Existing construction specifications will be provided to CH2M HILL in electronic form. City will provide input via meetings and/or documentation of requirements, key issues, and priorities to be addressed in the specifications. Attachment A: City of Fort Worth IPM A-12 Work will be limited to the summary of specific recommendations and preparation of the draft RFQ referring respondents to the recommendations memo, not revision of specifications per se. • Major Deliverables — Construction Specifications Recommendations Memo. — Draft RFQ for Revision of Construction Specifications. • Subtask Leader: Van Walling. Task 4. Contractor Development Subtask 4.1. Data Collection and Process Assessment • Description of Work a) Conduct follow-up survey of contractors in the region. b) Coordinate with local contractor certification agencies, industry trade groups, and City M/WBE staff to develop an updated list of qualified contractors, their experience, and bonding capacity. c) Phone and/or internet survey of 8-10 other regional and state local government entities to identify typical and preferred programs for contractor prequalification. d) Conduct interviews (phone and meeting) with potential prime contractors and consultants to help define the process and perception for increasing contractor interest and improving contractor performance in the City's CIP program. e) Coordinate with Task 2 on input from City staff regarding recommendations for improving contractor quality and capacity. f) Coordinate with Task 3 on recommendations for improvements to construction specifications and general conditions. g) Identify other regional, state and national contractors with experience, skills, capacity and interest that could be beneficial to the City's CIP program. h) Work with the City and program staff to develop contractor performance benchmarks (e.g. number of bidders per project, bid amounts versus engineer's estimate, M/WBE bidders as prime, MMBE percentage for majority primes, etc.). i) Develop Contractor Development Plan including addressing City's M/WBE goals. ® Key Assumptions — The City will make available needed information on existing contractor lists, performance, processes, certifications, etc. — The City will direct existing design consultants, contractors, and City PMs to cooperate with CH2M HILL in performing the work. — CH2M HILL will be able to meet regularly with the key City departments including procurement, engineering and M/WBE to discuss findings and make adjustments) — The City will review and provide feedback on draft Contractor Development Plan in a timely manner. Attachment A: City of Fort Worth IPM A-13 • Major Deliverables Draft Contractor Development Plan for City review, including contractor survey and summary results, updated list of local, qualified contractors, contractor performance benchmarks, and specific activities proposed to achieve benchmarks. Final Contractor Development Plan. Updated list of ready, willing and able contractors in electronic format, coordinated with other local and regional contractor efforts as beneficial (e.g. TRVA, DFW Airport, others). • Subtask Leader: Martin Burrell Subtask 4.2. Contractor Outreach • Description of Work a) Implementation of Contractor Development Plan. b) Develop presentation for delivery to contractors and trade groups. c) Develop presentation for delivery to engineers and trade groups. d) Notify contractors in advance of upcoming projects by e-mail and regular meetings. e) One-on-one meetings with key contractors. f) Review change orders and contract modifications. g) Participate in prebid meetings and post bid analysis with unsuccessful bidders. h) Conduct regular outreach sessions with plan holders and non-bidders. i) Actively seek out qualified M/WBE firms and encourage them to serve as prime and subcontractors on City projects. • Key Assumptions Duration of subtask during phase 1 is 10 months. It is anticipated that this task will extend through subsequent project phases. The City will pay necessary facility costs for meetings, presentations, bid openings, etc. (or authorize such costs per Task 6 —Additional Services as Requested by City) If development of hard copies of notices, newsletters, etc. is desired by the City, City will cover the cost of creative development, printing and reproduction. • Major Deliverables PowerPoint presentation for contractors/suppliers and trade groups. PowerPoint presentation for engineers and trade groups. Notices, newsletters, etc. (in electronic format) as identified in the Contractor Development Plan. • Subtask Leader: Martin Burrell. Subtask 4.3. Bid Packaging and Scheduling to Maximize Participation • Description of Work a) Develop summary schedule of regional projects and programs that draw on the same contractor pool. b) Evaluate likely available contractor pool and determine packaging for project(s) to maximize response of qualified contractors. Attachment A: City of Fort Worth IPM A-14 c) Recommend timing and packaging of procurements and coordination with City procurement staff. d) Develop bid package information for outreach via subtask 4.2. • Key Assumptions Duration of subtask during phase 1 is 10 months. It is anticipated that this task will extend through subsequent project phases. Summary schedule of regional projects and programs is limited to those with information readily available at a summary level.. • Major Deliverables — Summary schedule of regional projects and programs. Recommendations for bid package timing and packaging documented in memoranda to City procurement staff. — Summaries of bid package information in electronic format. • Subtask Leader: Ken Hall Subtask 4.4. Performance Monitoring and Reporting • Description of Work a) Coordinate with Task 3 to develop program reporting processes and systems for contractor performance benchmarks. b) Coordinate with the City MANBE office to review specific contractor invoices and change order requests to inform the program on key issues. c) Monitor contractor delivery performance. d) Coordinate with City M/WBE office to track M/WBE compliance and performance as part of the overall program performance. e) Serve as a resource for contractors and consultants that are identified by the City's M/WBE office or other means as at risk for not meeting M/WBE goals. f) Provide monthly program performance related to contractor development (as defined by metrics developed in 4.1). • Key Assumptions — Duration of subtask during phase 1 is 10 months. It is anticipated that this task will extend through subsequent project phases. — Contractor invoices and M/WBE reports will be made available to CH2M HILL in a timely manner, preferably monthly and in electronic format. — Contractors will bill monthly and subcontractor invoices will be promptly paid in accordance with the "Prompt Payment Act" so we have access to current information. — Activities of the City's M/WBE office will be augmented, not duplicated. • Major Deliverables Review and comment on monthly program metrics related to contractor development. Provide comments on contractor invoices and change order requests focused on improving overall contractor performance. • Subtask Leader: Martin Burrell. Subtask 4.5. Task Level Coordination • Description of Work a) Coordination of subtask activities. Attachment A: City of Fort Worth IPM A-15 b) Facilitating internal statusing of subtasks. c) Communication and coordination with City and program.level staff regarding task and subtask specific issues. d) Quality control for task deliverables. • Key Assumptions Duration of subtask during Phase 1 is 10 months. It is anticipated that this task will extend through subsequent project phases. • Major Deliverables Task updates to program for monthly status reports. — Assorted meeting agendas and summaries focused on actionable items. • Subtask Leader: Martin Burrell. Task 5. Public Involvement and External Communications Subtask 5.1. CIP Public Communication Strategy • Description of Work: a) Work with City PIOs (Public Information Officer) and managers to develop CIP Public Communication strategy, including strategy for supporting 2008 Bond Program. 1) Understand the City's expected outcomes. Meet with client to determine Phase 1 goals. 2) Assess the current methodologies DoE and Contract Departments use for communication and outreach. 3) Review current client strategies for inter-departmental communications. 4) Work closely with the City to develop internal and external strategies. 5) Identify departmental designee/PIO (Public Information Officer). 6) Ensure key research instruments and communications are developed in English and Spanish. Determine the need for bilingual strategies as necessary. b) Document strategy in summary document. Develop detailed plan for achieving public communication to support program. Elements and options specific to each contracting department will be included. • Key Assumptions: — Work to be accomplished within first 90 days. Research and planning, work with city to develop strategy, conduct preliminary research, marketing approach, focus groups. — Strategy document approximately 20 pages in length including research findings, City's expected outcome, methodology to be used for diverse stakeholder groups current practices, best practices, and recommendations. — One draft document will be prepared and distributed to specific City staff for review. — Comments on draft will be reviewed and incorporated as appropriate into final document. • Major Deliverables: - Draft CIP Public Communication Strategy Plan. Attachment A: City of Fort Worth IPM A-16 Final CIP Public Communication Strategy Plan. • Subtask Leader: Wyntress Ware Subtask 5.2. CIP Public Communication Implementation • Description of Work: a) Support implementation of strategy defined in 5.1. Outreach activities may include the following: 1) Plan and support project completion information celebrations to spread awareness of progress. 2) Hold training sessions and prepare training materials (including video) for preparing project managers to lead and hold public meetings for projects. 3) Community briefings; meet with prioritized Community Leader Groups 4) Roundtables; meet with Business Leaders and other member organizations in Construction Zones 5) Individual meetings; meet with each Council Person/Aide as we develop strategies for their district 6) Expert panels; create and develop appropriate collateral materials for use by expert panel members, and identify opportunities for presentations 7) Community fairs; develop rack size information and education materials 8) Surveys; gather input on issues and concerns of stakeholders for on-going development of the program 9) Information hotline; for use in updating communities on the progress of projects in their area and providing an opportunity for individuals to make comments. 10)Speakers' bureau; project team members and a designated client group will be available to give presentations to member organizations and community leaders. b) Media planning may include activities such as: 1) Develop a list of feature articles for educational and informational purposes and identify the author of each piece. Develop articles with an opinion- leader author (appropriate Team lead, city staff or advisory committee member) for publication to give insight into the progress of the CIP. 2) Develop a timeline for the placement of each. Develop timelines so that articles are released as CIP milestones are reached. 3) Identify the target publication for placement of each piece. Identify opportunities for placement in Star-Telegram and minority print media outlets. 4) Pitch and write stories to spotlight Contractor Development Program. As milestones are reached in our Contractor Development Program or as workshops are developed, provide photo opportunities and pitch stories to majority and minority print media outlets. c) Media relations; ensure the CIP is proactive with the distribution of current project information 1) Editorial board briefing; conduct launch CIP with Star-Telegram Editorial Board, conduct one-on-one informational launch with minority media outlets 2) Media kit; provide fact sheets, project photos, updates, project schedules and events surrounding construction development program Attachment A: City of Fort Worth IPM A-17 3) Media releases; provided as milestones are reached 4) Placement of feature articles; develop and pitch articles on a consistent basis, highlighting significant points as program is developed and rolled out 5) News conferences; conduct news conference to launch this history making program for North Texas*(City must approve) 6) Training of key stakeholders to speak with the media and other constituent groups; develop one message and make sure that all key stakeholders will have training on points to be covered as presentations are made to constituent groups and organizations ® Key Assumptions: Activities will be prioritized, with the highest priority activities pursued in Phase 1 to the extent of available budget in this subtask. The remaining activities will be considered for funding and implementation using Task 6 or as part of the scoping process for Phase 2. Develop presentation and training session for PMs to help them successfully plan and lead public meetings. Assume will hold three (3) training sessions, and videotape so that presentation and videotape are available for use in future training. — Develop three (3) presentations (see above) for use with key audiences and speaker's bureau. — Initial media packet will be developed. Two (2) updates will be prepared. — Subtask duration will be eight (8) months (following completion of subtask 5.1). — Print advertising; coordinate with PIO to assure no duplication, and make sure date and time sensitive information deadlines are met. — Provide Spanish translations for up to 10 information pieces. ® Major Deliverables: — Most deliverables will be associated with the prioritized activities that are identified. — Fact sheets; develop up to three (3) versions of fact sheets and update fact sheets up to two (2) times. — City will provide prod uction/repro of hard-copy deliverables. — City will provide meeting facilities for desired meetings and presentations. — Three (3) PowerPoint presentations of approximately 30 slides each. ® Subtask Leader: Wyntress Ware Subtask 5.3. External Program and Project-Specific Communication Support Description of Work: a) Coordinate with Task 3 CIP Delivery to identify the timing of project impacts on specific neighborhoods. b) Coordinate with PlOs to develop project-specific fact sheets and/or door hangers and/or bill stuffers providing updates on the extent and timing of the construction work c) Coordinate with PlOs and PMs on logistics for and attend project-specific meetings. d) Provide web site content for project-specific public information issues. e) Identify and contact neighborhood opinion leaders. Attachment A: City of Fort Worth IPM A-18 Assist in developing project-specific presentations. • Key Assumptions: Up to 30 projects supported with fact sheets, brief presentations, and meetings. City will provide prod uction/repro of hard copy deliverables. • Major Deliverables: Project-specific fact sheets Web content for projects Project-specific presentations • Subtask Leader: Wyntress Ware Subtask 5.4. Task Level Coordination • Description of Work: a) Involvement in Task 1: Management and Communication to facilitate the development of the communications plan. Attend internal communication meetings to clearly understand overview for communication plan. b) General support for Task 2: IPMS and Organizational Development. Attend those meetings that are necessary to clearly understand for the development of communication plan. c) General support for Task 3: CIP Delivery. Participate to ascertain immediate communication needs, and for preparing progress reports for Council. d) General support for Task 4: Contractor Development. Participate as necessary for feedback related to outreach message and the development of the communication plan. • Key Assumptions: Duration of subtask is 10 months. • Major Deliverables — Task updates to program for monthly status reports. — Assorted meeting agendas and summaries focused on actionable items. • Subtask Leader: Wyntress Ware Task 6. Additional Services as Requested by City Subtask 6.1. Additional Services • Description of Work: Several tasks, subtasks, and activities described in Phase 1 are focused on evaluating information that is collected, developing options for consideration by the City, and recommending approaches to develop and deliver the IPMS. These analyses and the resulting decisions made will guide the implementation of the IPMS, including the specific activities and scope associated with Phase 1. Therefore the purpose of this task is to provide budget to address, in aggregate, likely implementation activities resulting from these initial analyses. • Key Assumptions: — Activities and associated funding in this task may only be authorized by the Director of the Department of Engineering. Attachment A: City of Fort Worth IPM A-19 — Estimated budget for this task is an aggregate of likely potential activities based on professional judgment. • Major Deliverables: — TBD as authorized. • Subtask Leader: Ken Hall Attachment A: City of Fort Worth IPM A-20 ATTACHMENT"B" COMPENSATION AND SCHEDULE Project No.- I. Compensation A. ENGINEER shall be compensated for personnel time,non-labor expenses, and subcontract expenses as follows: 1. Personnel Time For services enumerated in Attachment A,ENGINEER's compensation shall be based upon Direct Salaries multiplied by a factor of 3.2. Direct Salaries are the amount of wages or salaries paid ENGINEER'S employees for work directly performed on the PROJECT, exclusive of all payroll-related taxes,payments, premiums, and benefits. 2. Non-Labor Expenses In support of delivering services enumerated in Attachment A,ENGINEER shall be reimbursed for 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. 3. Subcontract Expenses In support of delivering services enumerated in Attachment A,ENGINEER shall be reimbursed for subcontract expenses and outside services plus a markup of (10%) of subcontracts and outside services. 4. Budgets ENGINEER will make reasonable efforts to complete the work within the budget and will keep 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 CITY obligated to pay ENGINEER beyond these limits. When any budget has been increased, ENGINEEWs 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. Phase 1. Maximum compensation will be Three Million Eight Hundred and Forty Five Thousand Dollars ($3,844,653). Tasks 1 through 5 represent$3,344,653 of the total. Task 6 represents$500,000 of the total. Phase 2. TBD ATTACHMENT"B" Phase 3. TBD Phase 4. TBD B. The ENGINEER shall be paid monthly as described in Exhibit"B-1",Section 1- Method of Payment. C. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. II. Schedule The schedule for Phase 1 is ten (10) months. The duration for the entire PROJECT is estimated at between three (3) and four (4)years. ATTACHMENT"B" EXHIBIT "B-1" (SUPPLEMENT TO ATTACHMENT B) METHOD OF PAYMENT Project No. I. Method of Payment The ENGINEER shall be paid monthly upon receipt of an invoice on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by ENGINEER in performing the work, such statements to be verified as to accuracy and compliance with the terms of this contract by an office of ENGINEER. Payment according to statements will be subject to certification by the Director of the Department of Engineering or his authorized representative that such work has been performed. Note: If the ENGINEER determines in the course of providing the necessary services that the project cost of$3,844,653 as detailed in Exhibit B-313 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 CITYs Director of the Department of Engineering and,if so instructed by the Director of the Department of Engineering shall suspend all work hereunder. EXHIBIT"BA" EXHIBIT "B-2" (SUPPLEMENT TO ATTACHMENT -B-) DIRECT SALARIES HOURLY RATE SCHEDULE C112M HILL Hill,Inc. Direct Salary Representative Job Title 1 Ran ge2 Principal in Charge $82.81 $89.06 Program Manager/Deputy Program Manager $67.19 $85.94 Sr.Project Technologist-Consultant/Sr.Project Controls Mgr. $60.94 $70.31 Project Controls Consultant/Program Consultant $56.25 $64.06 Task Manager/Sr.Project Manager/IT Consultant $46.88 $60.94 Project Manager $39.06 $50.00 Staff Consultant/Engineer/Planner $20.31 $39.06 Project Accountant/IT Specialist $20.31 $29.69 Admin Asst/Acct Specialist $19.38 $21.88 Effective January 1,2008 1. Representative Job Titles are a representative sample of potential categories that may be utilized in the implementation of the services under this agreement. 2. For services enumerated in Attachment A, ENGE\TEER's compensation shall be based upon Direct Salaries multiplied by a factor of 3.2. Direct Salaries are the amount of wages or salaries paid ENGINEER's employees for work directly performed on the PROJECT,exclusive of all payroll-related taxes,payments, premiums,and benefits. EXHIBIT T-2° EXHIBIT '-'B-3A" (SUPPLEMENT TO ATTACHMENT B) SUMMARY TOTAL PROJECT FEES Consulting Firm Prime Responsibility Fee Amount Percent Prime Consultant: CH2M HILL, Inc. Engineering $2,123,250 55.2% NI/VVBE Consultants: The Burrell Group Contractor Development $ 173,100 4.5% Chiang,Patel &Yerby Project Delivery $ 664,173 17.3% Ware &Associates Public Communications $ 153,700 4.0% Brunson Technical Assoc Scheduling $ 222,720 5.8% Non-MWBE Consultants: Sunland Group Cost Estimation $ 7,710 0.2% Additional Services TBD $ 500,000 13.0% Total Fee Amount: $3,844,653 100.0% Project Description Scope of Service Total Fee M8WBE Fee Percent Consulting Services Total Phase IPM $3,844,653 $1,213,693 31.6% City's M/WBE Goal 25.0% EXHIBIT T-W EXHIBIT B-313 (SUPPLEMENT TO ATTACHMENT B) PROFESSIONAL SERVICES FEE SUMMARY Project No. PHASE 1 TOTAL $ 3,844,653 Task 1- Management and Communication $ 444,415 Task 2- IPM and Organizational Development $ 408,084 Task 3- CIP Delivery $ 1,983,374 Task 4- Contractor Development $ 280,366 Task 5- Public Involvement $ 228,414 Task 6- Additional Services $ 500,000 Notes: 1. Expenses are allocated to the most probable task 2. 10%subconsultant fee is allocated to the task where consultant work is performed. 3. Values are rounded 4. Task values are estimates and subject to change within the overall Phase 1 Total EB-3B ATTACHMENT C CHANGES AND AMENDMENTS TO STANDARD AGREEMENT There are no changes or amendments to the Standard Agreement. ATTACHMENT C ATTACHMENT D SCHEDULE PHASE 1 IPM PROJECTED ACTUAL TASK NTP START FINISH START FINISH 1. Mgmt. and Communication Month 1 Month 10 2. IPM and Or g. Development Month 1 Month 10 3. CIP Dehvery Month 1 Month 10 4. Contractor Development Month 1 Month 10 5. Public Involvement Month 1 Month 10 6. Additional Services TBD TBD ATTACHMENT D CERTIFICATE NUMBER OF SEA-001049828-01 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS MARSH USA,INC. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE 1225 17TH STREET,SUITE 2100 POLICY.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE DENVER,CO 80202-5534 AFFORDED BY THE POLICIES DESCRIBED HEREIN. COMPANIES AFFORDING COVERAGE COMPANY 15114-00124-ALL- FTW A ZURICH AMERICAN INSURANCE COMPANY INSURED COMPANY CH2M HILL,INC. B AMERICAN ZURICH INSURANCE CO. 309 WEST 7TH STREET SUITE 1020 COMPANY FORT WORTH,TX 76102 C COMPANY D CQVERAGES Thls certificate supersedes antl-replaces any_,prewously issued certificate for the policypenod noted below THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,CONDITIONS AND EXCLUSIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MMIDDIYY) DATE(MM/DDIYY) GENERAL LIABILITY GENERAL AGGREGATE $ 5,000,000 • X COMMERCIAL GENERAL LIABILITY GL03784726-03 05/01/07 05/01/08 PRODUCTS-COMP/OPAGG $ 5,000,000 CLAIMS MADE OCCUR PERSONAL&ADV INJURY $ 1,500,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,500,000 X FIRE DAMAGE(Any one fire) $ 1,500,000 MED EXP Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 • X ANYAUTO BAP8378516-12 05/01/07 05/01/08 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: -� EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND X WC STATU- OTH. r EMPLOYERS'LIABILITY TORY LIMITS ER :I B WC8378566-13(AOS) 05/01/07 05/01/08 EL EACH ACCIDENT $ 1,000,000 B THE PROPRIETOR/ X INCL WC8378565-12(WI&MA) 05/01107 05/01/08 EL DISEASE-POLICY LIMIT $ 1,000,000 PARTNERS/EXECUTIVE 02 WC3784761- HI&ID A OFFICERS ARE: EXCL ( ) 05/01/07 05/01/08 EL DISEASE-EACH EMPLOYEE $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS ILOCATIONSIVEHICLESISPECIAL ITEMS RE:PROGRAM MANAGEMENT FOR CITY OF FORT WORTH CAPITAL IMPROVEMENTS. PM-KEN HALL/FTW CITY OF FORT WORTH,ITS EMPLOYEES,OFFICERS,OFFICIALS,AGENTS,AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR TO THE AUTOMOBILE LIABILITY AND AS PER THE BLANKET ENDORSEMENT TO THE GENERAL LIABILITY POLICY. GENERAL LIABILITY,AUTO LIABILITY AND WORKERS'COMPENSATION POLICIES INCLUDE A WAIVER OF SUBROGATION. CERTIFICATE HOLDER CANCELLATIONS; f Ns SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL,gyp-DAYS WRITTEN NOTICE TO THE CITY OF FORT WORTH,TEXAS CERTIFICATE HOLDER NAMED HEREIN,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR ATTN: DOUG RADEMAKER 1000 TH ROCKMORTON LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE,ITS AGENTS OR REPRESENTATIVES,OR THE FORT WORTH,TX 76102 ISSUER OF THIS CERTIFICATE. MARSH USA INC. BY: Sharon A.Hammer 777 -277"w MM 3 F r 12/13/07 `= VALI D AS 0 (' E� `' CERTIFICATE,OF INSURANCE I �, sEa�ooi04983 01 ��W��n PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS MARSH USA,INC. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE 1225 17TH STREET,SUITE 2100 POLICY.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE DENVER,CO 80202-5534 AFFORDED BY THE POLICIES DESCRIBED HEREIN. COMPANIES AFFORDING COVERAGE COMPANY 15114-00005-ALL2M- FTW A ZURICH AMERICAN INSURANCE COMPANY INSURED COMPANY CH2M HILL,INC. B 309 WEST 7TH STREET SUITE 1020 COMPANY FORT WORTH,TX 76102 C COMPANY D COVERAGES_ _T_hls,cerUficate supersedes antl replaces any prevlously�ssued certlfica_te_for theypolicy penotl noted below f__ 1 THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,CONDITIONS AND EXCLUSIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, CO POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(MMIDDIYY) DATE(MMIDD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG CLAIMS MADE OCCUR PERSONAL&ADV INJURY $ OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE Any one fire) $ MED EXP(Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO _ ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ _ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND WC STATU- OTH EMPLOYERS'LIABILITY TORY LIMITS ER r a - EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EACH EMPLOYEE $ OTHER A PROFESSIONAL LIABILITY* EOC3829621-05 05/01/07 05/01/08 $2,000,000 EACH CLAIM AND TOTAL FOR ALL CLAIMS DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS RE:PROGRAM MANAGEMENT FOR CITY OF FORT WORTH CAPITAL IMPROVEMENTS. PM-KEN HALUFfW *FOR PROFESSIONAL LIABILITY COVERAGE,THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY PERIOD FOR ALL OPERATIONS OF THE INSURED.THE LIMIT WILL BE REDUCED BY PAYMENTS OF INDEMNITY AND EXPENSE. GERTIEICATE HOLDER CANCELLATI0 SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL *In DAYS WRITTEN NOTICE TO THE CITY OF FORT WORTH,TEXAS CERTIFICATE HOLDER NAMED HEREIN,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR ATTN: DOUG RADEMAKER 1000 THROCKMORTON LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE,ITS AGENTS OR REPRESENTATIVES,OR THE FORT WORTH,TX 76102 ISSUER OF THIS CERTIFICATE. MARSH USA INC. BY: Sharon A.Hammer [z.c71:,t_ .-_':.* 0 VALID AS OF:!,12/13/07 C MM1(3! 2) 1 , , � � City of Fort Worth, Texas �������� � ��� Council Communication N8�0�� q� n��0 ��� 0�� COUNCIL ACTION: Approved on 12/18/2007 ~Ord. No. 17932~12-2007 & 17933-12-2007 DATE: Tuesday, December 18. 2007 LOG NAME: 30CH2MHILL PH 1 REFERENCE NO.: C~22596 SUBJECT: /\UfhDrizB EX8CUtiDD of Professional Services Agreement with CH2MHILLfD[ Integrated p[Og[@FD Management, Phase 1, and Adopt Appropriation (][diO@DQ8G RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached supplemental appropriation ordinance increasing appropriations in the Storm \Nahar Operating Fund from the Fund Balance in the amount of$1,165,735; 2. Authorize the transfer of$1'500'000 from the St0[no Water Operating Fund to Storm Water Capital Fund; 3. Adopt the attached appropriation ordinance increasing estimated nscaiota and appropriations in the Storm Water Capital Fund in the amount of$1'5OO.00O; and 4. Authorize the City Manager to execute o Professional Services Agreement with CH2PWHi|| for Integrated Program K8onmQernent, Phase 1, in the amount of$3,844,653. DISCUSSION: On December 11. 2007. staff provided a presentation to the Council outlining the need and purpose for |Obag[abed Program Management UP&4\ within the City. The City expects continued unprecedented growth in capital project needs that could reach $1.8 billion over the next five years. The challenge faced by the City is how to best manage the overall delivery of these projects. Staff has recommended that the City engage the services of an engineering coDou|tord to assist in the re- engineering of the City's capital project da|ixery system and provide additional staff support to deliver projects. It is anticipated that the development and implementation of |PK8 will take approximately throe years to accomplish and will be achieved through o four phased program. All phases of the project will focus on five major task areas: • Communication (internal and external); • Organizational Development; • Capital Project Delivery; • Contractor Development (increasing capacity); and • Public Involvement. By innp|gnneniin0 |PK4. the City expects to significantly increase its capacity to design and construct its capital projects. In odditioO, it is anticipated that there will be significant coot savings achieved through the delivery of projects earlier and through efficiency gained through streamlining and standardization of project ` ' administration approaches eoroeo City Earlier this year, staff issued a Request for Qualifications to seek the most qualified and experienced firm to provide the professional services required. With the assistance of a broad-based employee selection committee, the CH2MHill team was determined to be the most qualified and experienced. � Phase 1 services to be provided by OH2K8Hi|| vviU include a holistic approach to changing the business environment for the delivery of capital projects by: • Streamlining and standardizing processes; • DeVe|Vping, training and retaining project delivery staff; • Providing effective project management tools; and • Aligning organizational structure and accountability. The professional services provided by CH2K8HiU will be VD an hourly basis and multiplier with o not to exceed cost of$3'844'853. CH2K8Hi|| is in ooDlp|iaDms with the City's K8/VVBE Ordinance by nVDnrD|ttinQ to 31 percent MKVVUE participation. The City's goal on the project is 25 percent. FISCAL . The Director of Finance certifies that upon approval of the above recommendations funds will be available iO the current capital budgets, as appropriated, of the Storm Water Capital Projects Fund, the Commercial Pepe[ Water Fund and Commercial Paper Sewer Fund. Upon approvo|, the unaudited cash balance of the Storm Water Operating Fund will be $4.111`8B2 which io the amount available above the minimum reserve fund bm|oDoe of $2,438,876, required by the City Financial Management Policy Statement (i.e.. 20 percent of the current year adopted budget expenditures less debt service and capital projects). 1)PE69 538070 0209000 $1,165,735.00 2)PE69 538070 0209000 $1,500,000.00 3&3\ zU P228 472069 201280095330 P228 541300 201280095330 Z&31 41 P228 541300 201280095330 PW77 541300 060770159530 _1 PS46 541300 070460139530 Submifted for City Manager's Office by: Marc A. Oft (8476) Originating Department Head: A. Douglas Radannakar /6157\ Additional Information Contact: Rick Trice (7958)