Loading...
HomeMy WebLinkAboutContract 31145 CITY - CON RACSECRETARYI 0 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY'), and Turner Collie & Braden, Inc., (the "ENGINEER"), for a PROJECT generally described as: Ryan Southeast Drainage Improvements. 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 I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 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 of1 �e I MT J rvices. ORIGINAL J 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 fumishing 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 conceming 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. ENGINEERING CONTRACT V fi�JW AS6�jV P�C1 Page 2 of 14 C 0 r, �� -. I rf SES EP:1c FT. 4MR, fix. 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 Cast, Financial ConsideratiiSiiS, 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; tii nq ar.,Q ,1,,; i %�-` �� ENGINEERING CONTRACT h� d. G6A.0 Page 3 of 14 CITY FT. WORTH, M. of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are 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 fumished 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 f ro►i► participating i►► 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 records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during nor hours to all necessary ENGINEER facilities and shall be provide Je ENGINEERING CONTRACT , J`11 Page4of14 pY eA.:�n 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 sub-consultant 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 imits: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 $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease -each employee Professional Liability $1,000,000 each claim/annual aggregate ENGINEERING CONTRACT Page 5 of 14 } (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 according to items section K.(1) and K.(2) of 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 thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. 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 or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (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) , With ti=i%ier fAppIicahle noI'c�cs shall each h -endorsed cd .. _.. . 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. ENGINEERING CONTRACT Page 6of14 V5, �+J(n. 1 �Jr�1vJ r (j) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (1) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When subconsultants maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. ENGINEERING CONTRACT ] '�,�' 4 Page 7of14 J t d;�VUj Dili fix, 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 The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The 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 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 advisor and othp-r ENGINEERING CONTRACT Page 8 of 14 t 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 and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and 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 such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." ENGINEERING CONTRACT Page 9 of 14 (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 through an amendment to this AGREEMENT with appropriate CITY approval. ENGINEERING CONTRACT Page 10 of 14 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 final designs, drawings, specifications and documents shall be owned by the CITY. 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 pal-tial 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 that the work effort is suitable for long time storage. ENGINEERING CONTRACT V �V Jlr� 5�V htC Page 11 of 14 N a �, 1 ae1Y (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,actiol1, except for Vvillful IIIisco lduct or, gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas 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. ENGINEERING CONTRACT Page 12 of 14 llf ��+Jfr ►:u�' !. FT, � i�, 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, anu shall observe a��d co�Iply 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. ENGINEERING CONTRACT W 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 Attachment E - Location Map Executed this the day of , 200X-5 ATTEST: ORT WO 01 Marty Hendrix arc. A Ott City Secretary Assistark City Manager -L—aUCI ;APPROVAL RECOMMENDED Contract!�Authorizatiop / l a— CA - A. Douglas Rademaker, Date Director, Engineering D partrffent APPROVED AS TO FORM AND LEGALITY Assistant City Attorney TURNFR C O IIF R RRADFN INC, ENGINEER 4 By: Ann E. Kovic Vice President ENGINEERING CONTRACT MWOUN, Page 14 of 14is. ATTACHMENT "A" General Scope of Services "Scope of Services set forth herein can only be modified by additions, clarifications, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." G N RA 1) Preliminary Conference with City The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the plans and specifications which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the design of the proposed street, and storm drain and/or water and wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnical Investigations The Engineer shall advise the City of test borings, and other subsurface investigations that may be needed. In the event it is determined necessary to make borings or excavate test holes or pits, the Engineer shall in coordination with the City and the City's geotechnical engineering consultant, draw up specifications for such testing program. The cost of the borings or excavations shall be paid for by the City. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. 5) Design Changes Relating to Permitting Authorities If permitting authorities require design changes, the Engineer shall revise the plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilit bt�t the permitting authority. if such changes are required, the Engineer shall oU`��� 1. tW1; an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Plan Submittal Copies of the original plans shall be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering and 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; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the drawings without the written approval of the Engineer. PHASE 1 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four (4) copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall furnish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to any proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. F. ''Oif fl, TEX. 10) Conceptual Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and water/wastewater facilities. The Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. PHASE 2 11) Design Data The Engineer shall provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four(4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. -3- CITY °ter'."OuN p 2� PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. PHASE 5 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. fir, r_ CITY Z,_ -, U 4 ye tp in l Y �I41 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. � ^-r EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") Project No. 00092 2004 CIP Ryan Southeast Drainage Improvements Storms in spring 2002 caused repeated flooding of several homes and other property damage in the Ryan Southeast neighborhood. The upper end of the neighborhood currently contains no storm drains. South Riverside Drive is also often blocked by high water after heavy downpours, making it impassable to motorists and emergency vehicles. This project will improve the drainage conditions and increase the drainage system capacity. Turner Collie & Braden (ENGINEER) and its subconsultant (Gorrondona &Associates, Inc.) will perform the tasks described in this Supplemental Scope of Services. In case of conflict between this EXHIBIT "A-1" and ATTACHMENT "A" General Scope of Services, this EXHIBIT "A-1" Supplemental Scope of Services shall govern. Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: SUMMARY OF IMPROVEMENTS STORM DRAIN STREET COUNCIL 24" RCP 30" RCP 36" RCP 48" RCP 60" RCP 10' CURB NAME DISTRICT INLET (LF) (LF) (LF) (LF) (LF) EA Cantey St. Yuma to S. No.8 1030 0 0 0 0 2 Riverside South Riverside No. 8 0 285 650 0 0 6 Colvin Ave. to Cante Talton St. South No. 8 0 0 735 685 0 0 Riverside to Outfall Existing No. 8 0 0 0 0 155 0 Outfall TOTAL 1030 285 1385 685 155 8 • Surveys & Rights of Entry. Topographic surveys and subsurface utility engineering will be performed along the storm drain route to a level sufficient for final design. In addition, ROW research will be performed along the route sufficient to establish ROW along the alignment and to determine the need for necessary rights of entry. Right of Entry documents will be prepared by the City. ���)�. X- 10/14/04 S C---PWAU Y • Permits. An application will be prepared and submitted for a TxDOT permit for the storm drain crossing at Riverside Drive (Bus US 287). • Plans and Contract Documents. Preliminary plans will be prepared for the 2004 CIP Ryan Southeast Drainage Improvements. Final construction documents will be prepared based on the approved results of the Preliminary Design phase. • Pre-Construction Assistance. Limited Pre-Construction assistance tasks will be performed for the project. PART A. PRE-ENGINEERING 1.0 Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document meetings to discuss and coordinate various aspects of the project including the project schedule. For the purpose of establishing a level of effort, five (5) meetings are anticipated. These include the following: One (1) pre-design kickoff meeting, including the CITY's Department of Engineering and other departments that are impacted by the project. Two (2) review/coordination meetings in relation to the hydraulic modeling efforts. One (1) review meeting at the completion of the CITY's review of the preliminary engineering plans. One (1) review meeting at the completion of the CITY's review of the final engineering plans. b. Data Collection The ENGINEER will research and make efforts to obtain pertinent information to aid in the coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master Plans, property ownership as available from the Tax Assessor's Office. c. Coordination with Other Agencies The ENGINEER shall obtain available reports, plans, existing geotechnical information, and other data relevant to the project from the appropriate agency. The ENGINEER will also contact the public and private utilities along the proposed alignments for information on existing and proposed facilities. 10/14/04 EA1-2 � PART B. CONSTRUCTION PLANS AND SPECIFICATIONS 1.0 Conceptual Engineering a. Hydraulic Modeling / Design 1. ENGINEER will conduct a field inspection of accessible portions of the existing drainage system. Characteristics which would impair the capacity of the system will be noted. Investigations of structural integrity are not included and will require additional authorization. 2. ENGINEER will revise the XPSWMM model prepared for 2003 concept study to incorporate survey data described above. 3. ENGINEER will revise the rational formula characteristics in the XPSWMM model to more accurately define proposed system improvements. This will include addition of subareas to define flows discharged to individual inlets. 4. ENGINEER will exercise the XPSWMM model to refine trunk line sizes defined in the concept study and determine inlet sizes and required locations. 5. Attend up to two (2) meetings with city staff to review the hydraulic modeling assumptions, results, and recommendations. b. Surveys for Design 1. ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. 2. ENGINEER will provide the following information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, and all drawing files shall be provided in Autocad (DWG or DXF) format (currently Release 2000i), or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. 10/14/04 EA 1-3 The minimum survey information to be provided on the plans shall include the following: i. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: ii. The following information about each Control Point; a. Identified (Existing. City Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). iii. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. iv. No less than two horizontal bench marks, per line or location. V. Bearings given on all proposed centerlines, or baselines. C. Public Notification Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name limits DOE project No., Consultant's Project Manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. d. Drainage Computations ENGINEER will review and document the storm water watershed drainage runoff area and existing street, right-of-way and storm sewer capacities for the subject site. A drainage area map will be drawn at 1" = 200' scale from available contour maps. Calculations regarding sweet and right-of-way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Capacities of existing storm drain will be calculated and shown. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with City standards. e. Conceptual Engineering Plan Submittal 1. Conceptual plans shall be submitted to City 30 days after Notice to Proceed Letter is issued. 2. The ENGINEER shall furnish four (4) copies of the Phase 1 concept 10/14/04 EA1-4 engineering plans which include layouts, preliminary right-of-way needs and opinions of cost for the ENGINEER's recommended plan. The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. It is anticipated that the general alignment set forth in the drainage study previously completed will be utilized for preliminary and final design. Refinement of the general route will be completed during the Preliminary Engineering Phase; however, the investigation of alternative alignments shall be considered additional services and will require supplemental compensation and approval. 2.0 Preliminary Engineering Upon approval of Part B, Section 1, ENGINEER will prepare preliminary construction plans for the 2004 CIP Ryan Southeast Drainage Improvements. a. Subsurface Utility Engineering (SUE) The purpose of the SUE is to identify potential conflicts with existing utilities that may arise during the construction of the proposed drainage improvements. ENGINEER will perform the SUE work required for this project in general conformance with the recommended practices and procedures described in ASCE Publication CUASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). For this project, the ENGINEER will perform a Quality Level B investigation along the route of the proposed storm drain. As described in the mentioned ASCE publication, four levels have been established to describe the quality of utility location and attribute information used on plans. The four quality levels are as follows: Quality Level D (QL"D") — Information derived from existing records. Quality Level C (QL"C") — QL"D" information supplemented with information obtained by surveying visible above-ground utility features such as valves, hydrants, meters, manhole covers, etc. Quality Level B (QL"B") — Two-dimensional (x,y) information obtained through the application and interpretation of non-destructive surface geophysical methods. Also know as "designating" this quality level provides the approximate horizontal position of subsurface utilities within approximately one foot. - Quality Level A (QL"A") —Also known as "locating", this quality level provides precise three dimensional (x,y,z) information at critical locations by exposing specific utilities. Non-destructive vacuum excavation equipment is used to expose the utilities at specific points which are then tied down by survey. The due-diligence for this project will consist of reviewing available record documents and inspecting the work area for evidence of utilities. Utilities that are not identified through these efforts will be here forth referred to as "unknown" utilities. ENGINEER will scan the defined work area using electronic prospecting equipment to search for "unknown" utilities. Upon completion of data collection and information review (QL "D" and QL "C"), ENGINEER will begin designating the approximate horizontal position� of known subsurface utilities within the specified project limits (QL "B"). A suite of gegaG;1 10/14/04 t"Ci EA1-5 FT. WHO TEX. equipment will be used to designate metallic/conductive utilities (e.g. steel pipe, electrical cable, telephone cable). Non-metallic/non-conductive utilities will be designated using other proven methods, such as rodding, and probing. Where access is available, a sonde will be inserted into the utility line to provide a medium for signal transmission, which can then be designated using geophysical equipment. b. Property / ROW Services (1) Ownership / ROW Map — Provide ownership research and obtain copies of plats and deeds to establish property lines, rights-of-way of streets and railroad rights- of-way as applicable. Prepare a deed sketch showing landowners and existing rights-of-way. Provide field ties to property corners and calculate the right-of- way/property lines along the proposed route. (2) Easements & Right of Entry Agreements — It is anticipated that up to 4 permanent drainage easements will be needed. It is also anticipated that construction of the proposed improvements will require temporary right of entry agreements. The preparation of up to six (6) agreements is anticipated. The Engineer will identify locations right of entry agreements will be needed. The City will be responsible for preparation of the right of entry agreements. c. Permits (1) Antiquities Permit The Antiquities Code of Texas stipulates that the CITY, as a subentity of the State of Texas, is required to identify historic properties that may be impacted by proposed construction or ground-breaking activities. The work performed under this scope is limited to preparation of notification of the proposed project to the Texas Historical Commission (THC). If the THC determines that a cultural resource survey and Antiquities Permit is required, ENGINEER will prepare a separate proposal for such services and request supplemental authorization. (2) Section 404 Permit It is anticipated that the proposed improvements will not require Section 404 permitting and/or USACE notification. Should the scope of work change such that Section 404 permitting and USACE notification is needed, ENGINEER will prepare a separate proposal for such services and request supplemental authorization (3) TxDOT Permit Portions of the proposed storm drain line will be routed along South Riverside Drive (Bus 287) which is controlled by TxDOT. Coordination with TxDOT will be required to acquire a Utility Crossing Permit for the new storm drain. ENGINEER will meet with TxDOT staff to review the project scope, participate in field investigations, and will prepare plans, exhibits, and permit application forms necessary to submit one (1) Utility Crossing Permit application. Preparation of a traffic control plan is not included in this scope. If TxDOT requires traffic control plans in order to acquire a permit, the ENGINEER will prepare a separate 10/14/04 EA 1-6 proposal and request supplemental authorization. d. Storm Water Pollution Prevention Plan Engineer will prepare a Storm Water Pollution Prevention Plan (SWPPP) required for the project for use by the contractor during construction. The City of Fort Worth's example will be used as a template. ENGINEER will prepare drawings and details for the proposed SWPPP improvements. Contractor will be responsible for filing the SWPPP with the appropriate regulatory agencies. e. Preliminary Construction Plans Preliminary plans and contract documents shall be submitted to CITY 60 days after approval of Part B, Section 1 as follows: 1. Drainage area maps with drainage calculations and hydraulic computations. Information shown on the plans will be consistent with Part B, Paragraph 1.d. for proposed condition. 2. The ENGINEER shall deliver four (4) sets of preliminary construction plans and contract documents to CITY for review. The documents will be approximately 75% complete. Generally, plan sheets shall be organized as follows: Cover Sheet Overall Layout Plan & Profile Sheets Preliminary project plan and profile sheets will show the following: • Proposed storm sewer plan/profile • Recommended pipe size(s) • Recommended inlet and manhole locations • Legal description (Lot & Block Nos. and Addition names) along with property ownership • Known existing utilities and utility easements Standard Construction Details Special Details (if applicable) Proposed plan/profile sheets will conform to City of Fort Worth construction legend. Adequate horizontal and vertical control shall be provided on the plan sheets to locate all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. The ENGINEER shall submit a preliminary opinion of probable construction cost with the preliminary plans submitted. ENGINEER shall assist the CITY in selecting the feasible and/or economical solutions to be pursued as applicable. f. Utility Clearance Phase ME 10/14/04 EA1-7 The ENGINEER will consult with the CITY's Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design facilities to avoid or minimize conflicts with existing utilities. Design of sanitary sewer, waterline, and private utility relocations are not included in this scope of services. The ENGINEER shall deliver a maximum of 16 sets of approved preliminary construction plans to the CITY's Utility Coordinator for forwarding to all utility companies with facilities within the limits of the project. g. Review Meetings with City The ENGINEER shall attend one (1) meeting with the CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design. h. Public Meetings After the preliminary plans have been reviewed and approved by the City, the ENGINEER shall prepare project exhibits, provide the City with database listing the names and addresses of residents and businesses along the storm sewer alignment, and attend one (1) public meeting to help explain the proposed project to residents. Information provided to the CITY regarding residents and businesses shall be limited to those adjacent to and directly affected by the proposed alignment. The City shall mail the invitation letters. The City will provide public notices concerning the meetings and will make all arrangements for the meeting facility. 3.0 Final Engineering Plan Submittal Final plans and specifications shall be submitted to City 30 days after approval of Part B, Section 2. One (1) set of bidding documents will be prepared. ENGINEER shall submit final plans, specifications, and contract documents to CITY (each sheet shall be stamped, dated, and signed by the ENGINEER) for final approval. Within 15 days of CITY's final approval, ENGINEER shall submit two (2) sets of plans and construction contract documents. Plan sets shall be submitted for CITY approval and signature. a. Contract Documents (1) Final Construction Plans will be based on the approved review comments from the Preliminary Plans. The following plan sheets are anticipated: , N� 10/14/04 p EA1-8 Ff. �":11-Hp MKII. Cover Sheet Plan Layout Sheets General Construction Notes Horizontal & Vertical Control Sheets Property Ownership Drainage Area Map Inlet Computations Outfall Site Plan / Details Storm Sewer P&P Sheets (1"=40') SW3P Plans & Details Storm Sewer Details Not included: Street Replacement plans, traffic control plans, utility relocation plans (2) Special Contract Documents The ENGINEER will prepare Special Contract Documents for the project containing the Invitation to Bid, Bid Proposal, M/WBE Documents, Agreement, General & Special Conditions, Supplemental Conditions, and Technical Specifications. b. Engineer's Opinion of Probable Construction Cost The ENGINEER shall submit a final opinion of probable construction cost with the final plans submitted. PART C. PRE-CONSTRUCTION ASSISTANCE ENGINEER will provide these services for one (1) construction project. 1.0 Furnish Contract Documents for Bidding The ENGINEER will furnish fifty (50) sets of the full-size final approved, signed, and dated Contract Documents for the purpose of obtaining bids. Documents will be delivered to the CITY for distribution to potential bidders. 2.0 Bidding Phase Services The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders and respond to questions submitted to DOE by prospective bidders. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening, develop bid tabulations inrn_462 electronic format and return four (4) copies of the bid tabulation, along with10/14/04 EA1-9 documents to the City within three (3) working days after bid openings. No pre-bid conference is anticipated and not included in this scope. PART D. CONSTRUCTION ASSISTANCE No construction assistance is included in this contract. 10/14/04 EA1-10 ATTACHMENT B COMPENSATION AND SCHEDULE Project No. 00092 2004 CIP Ryan Southeast Drainage Improvements I. COMPENSATION A. The ENGINEER shall be compensated a lump sum fee of$96,784 for Engineering Services as summarized on Exhibit "B-3". Payment of the lump sum fee shall be considered full compensation for the services described in Exhibit"A-1" for all labor, materials, supplies, and equipment necessary to complete the project. B. Partial payment shall be made monthly as stipulated on Exhibit "B-1" upon receipt of an invoice from the ENGINEER, prepared from the books and records of the ENGINEER. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. Payment according to statements will be subject to certification by the Director of Engineering Department or his authorized representative that such work has been performed. II. SCHEDULE A. Hydraulic modeling and conceptual design work will be completed within 30 calendar days after "Notice to Proceed". B. Preliminary plans will be completed within 60 calendar days after completion and City approval of conceptual design information. C. Final plans and contract documents will be completed within 30 calendar days after City approval of Preliminary Plans. 10/13/2004 EXHIBIT "B-1" METHOD OF PAYMENT (SUPPLEMENT TO ATTACHMENT B) Project No. 00092 2004 CIP Ryan Southeast Drainage Improvements I. METHOD OF PAYMENTS Partial payment shall be made to the Engineer monthly upon City's approval of an invoice from the Engineer outlining the estimated current percent complete of the total prof ect. The aggregate of such monthly fee payments shall not exceed the following: A. Until satisfactory completion of Exhibit A-1, Conceptual Engineering Plan Submittal, and approval by the City, a sum not to exceed 30 percent of the total lump sum fee. B. Until satisfactory completion of Exhibit A-1, Preliminary Construction Plan Submittal, and approval by the City, a sum not to exceed 60 percent of the total lump sum fee. C. Until satisfactory completion of Exhibit A-1, Final Construction Plan Submittal, and approval by the City, a sum not to exceed 90 percent of the total lump sum fee. D. The balance of the fee shall be payable after the pre-construction meeting for the Project has been conducted. II. PROGRESS REPORT A. The ENNGINEER shall submit to the designated representative of the Director of the Department of Engineering monthly progress reports covering all phases of the project by the 15`h of every month in the format required by the City. B. If the ENGINEER determines in the course of making design drawings that the construction cost estimate of$741,310 (See Exhibit B-4A) will be exceeded whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City's Director of the Department of Engineering and, if so instructed by the Director of the Engineering Department, shall suspend all work hereunder. EBl-1 10/13/2004 EXHIBIT "B-2" HOURLY RATE SCHEDULE (SUPPLEMENT TO ATTACHMENT B) Project No. 00092 2004 CIP Ryan Southeast Drainage Improvements CATEGORY Billing Rate Ranges* Principal $150 - $190 Project Manager $100 - $160 Project Engineer $ 78 - $130 Senior Technician $ 55 - $125 Clerical $ 45 - $75 *The above billing rates are based upon "Salary Cost" times a multiplier of 2.25. As used herein, the term "Salary Cost" shall be established at 1.40 times "Direct Salary." Effective January 1, 2003 to January 1, 2005. Hourly rates are subject to revision after January 1, 2005. w EB2-1 10/13/2004 EXHIBIT B-3 (SUPPLEMENT TO ATTACHMENT B) 10/13/04 Project No.00092 2004 CIP Ryan Southeast Drainage Improvements DESIGN FEE SUMMARY ENGINEERING SERVICES PHASE FEE FIRM MNVBE BASIC SERVICES' PRELIMINARY AND DESIGN PHASE SERVICES $ 50,409 TCB TOTAL BASIC SERVICES $ 50,409 SPECIAL SERVICES' DESIGN SURVEYS $ 16,400 GORRONDONA&ASSOC. YES EASEMENTS $ 2,400 GORRONDONA&ASSOC, YES SUE QL"B" $ 5,000 GORRONDONA&ASSOC. YES HYDRAULIC MODELING $ 7,500 TCB ANTIQUITIES PERMIT $ 500 TCB SWPPP $ 3,030 TCB PUBLIC MEETING(S) $ 2,700 TCB TXDOT PERMIT $ 1,000 TCB MONTHLY PROGRESS MEETINGS/REPORTS $ 2,500 TCB REPRODUCTION $ 2,965 TCB TOTAL SPECIAL SERVICES $ 43,995 FROM TSPE CURVE A-SEE EXHIBIT B-4A FOR DETAILED BREAKDOWN 'SEE EXHIBIT B-48 FOR DETAILED BREAKDOWN SUBTOTAL $ 94,404 10%MARK-UP FOR SUBCONTRACTORS $ 2,380 TOTAL ENGINEERING FEE $ 96,784 M/WBE ENGINEERING SERVICES FIRM %MNVBE GORRONDONA&ASSOCIATES, INC. 22.1% TOTAL%M/WBE 22.1% $ 21,900 CITY'S M/WBE GOAL 18.0% $ 17,421 SUMMARY OF TOTAL FEE SERVICE DESCRIPTION DRAINAGE TOTAL Engineering Desi n $50,409 $50,409 Surveying Services $18,800 $18.800 Additional Services $27,575 $27,575 TOTAL $96,784 $96,784 TOTAL DRAINAGE FEE(LESS SURVEY FEE)BREAKDOWN BY CONCEPT, PRELIMINARY AND FINAL DESIGN a. Concept(30%)=(Total Fee-Survey Fee)x(0.3)= $23,395 b. Preliminary(60%)=(Total Fee-Survey Fee)x(0.6)_ $46,791 c. Final(10%)=(Total Fee-Survey Fee)x(0.1)_ $7,798 $77,984 3 SEE EXHIBIT B-2 FOR TCB HOURLY FEE SCHEDULE g EXHIBIT B-3A (SUPPLEMENT TO ATTACHMENT B) Project No.00092 10113/04 2004 CIP Ryan Southeast Drainage Improvements SPECIAL SERVICES Project Project Project EIT/Senior � Clerical] �I 1 TASK LISTING Director Manager En meer Technician Technician Clerical L TOTAL Hydraulic Modeling Field Inspection 4 4 $840 ReviseXPSWMM 2 8 4 $1,540 Revise Rational Formula 1 8 4 2 $1,580 Size Improvements 1 1 8 14 1 $2,640 Prepare Internal Memo 2 $120 Attend Meetings 6 $780 Subtotal Hydraulic Modeling $7,500 SVVPPP Prepare SVVPPP Documents 2 12 2 $1,540 Prepare SWPPP Plan Sheets 2 7 6 $1,490 Subtotal SWPPP $3,030 Public Meetings Prepare Exhibits 1 4 14 $1,980 Attend Meeting 2 2 2 $720 Subtotal Public Meetings $2,700 Antiquities Permit Prepare Request Letter&Exhibits to THC 2 3 $500 Subtotal Temporary Rights of Ent $500 TxDOT Permit Preparation of Permit Alication 4 4 2 $1,000 Subtotal TxDOT Permit $1,000 Monthly Progress Meetings/Reports Prepare for Meetings(3) 3 3 $720 Prepare Progress Reports 3 3 3 $720 Attend Meetings 3 4 5 $1,060 Subtotal Meetings/Reports $2,500 TOTAL HOURS 23 53 LABOR EXPENSE TOTALS $510 $2,990 $5,860 $6,595 1 $795 $480 $17,230 TC&B NON-LABOR ESTIMATE Plotting Reproduction Sluelines $2,195 Reproduction(Specifications) $500 Deliveries Postage Mileage Computer Use Administrative 10.00% $270 NON-LABOR TOTAL $2,965 SUBCONTRACTOR SERVICES Labor& Subcontractor 117rask Expense Gorrondona&Associates,Inc. Desi n Surveys $16,400 Gorrondona&Associates,Inc. Easements $2,400 Gorrondona&Associates,Inc. SUE $5,000 10%Maqtujp for Subcontractors 10.00%1 $2,380 TOTALS $26,180 TOTAL ESTIMATE $46,375 Page 1 of 1 EXHIBIT B-4 (SUPPLEMENT TO ATTACHMENT B) Project No. 00092 2004 CIP Ryan Southeast Drainage Improvements PAY UNIT ITEM QTY UNIT ITEM DESCRIPTION PRICE AMOUNT 1 2 EA PROJECT SIGN $ 445 $ 890 2 370 LF REMOVE STORM DRAIN PIPE $ 15 $ 5,550 3 8 EA 10'INLET $ 2,470 $ 19,760 4 1030 LF 24"RCP $ 75 $ 77,250 5 285 LF 30"RCP $ 79 $ 22,520 6 1385 LF 36"RCP $ 107 $ 148,200 7 685 LF 48"RCP $ 200 $ 137,000 8 155 LF 60"RCP $ 230 $ 35,650 9 8260 CY TRENCH EXCAVATION AND BACKFILL $ 5 $ 41,300 10 3540 LF TRENCH EXCAVATION SAFETY PROTECTION FOR DRAINAGE $ 2 $ 5,310 11 1 LS MISCELLANEOUS UTILITY ADJUSTMENT $ 10,000 $ 10,000 12 3440 LF PERMANENT HMAC PAVEMENT REPAIR $ 35 $ 120,400 13 100 LF PERMANENT CONCRETE PAVEMENT REPAIR $ 50 $ 5,000 14 2 EA IREMOVE EXISTING MANHOLE $ 500 $ 1,000 15 6 EA 4'X4' STORM DRAIN JUNCTION BOX $ 3,015 $ 18,090 16 2 EA HEADWALL $ 10,000 $ 20,000 17 1 LS RIP RAP AT DRAINAGE CHANNEL $ 6,000 $ 6,000 Subtotal $ 673,920 Contingency (10%) 1 $ 671,390 TOTAL $ 741,310 $ 741,310 Total Opinion of Probable Cost 8.00% TSPE Curve A $ 59,305 100% Total TSPS Curve Fee $ 50,409 85% Preliminary and Design Phase ��FFI Li,I i E C 0Fit N�o- �U R���i f�'..`;lU H1 pDI'a ATTACHMENT C AMENDMENTS TO STANDARD CONTRACT AND GENERAL SCOPE OF SERVICES Project No. 00092 2004 CIP Ryan Southeast Drainage Improvements None 10/13/2004 C-1 U") C? CL C? m < U') C? 75 1 U-) yg C? C) E > p C? E 8- < 4) D CC4. MM U-) Z w LU = c, Q 6 cn Z U U t5 0LO 31, w .6. E "-, < 0d 0 CL C-4 9 0,AMN I 0 WSR, I I C? as 6 Z ——— .2y) U) W 0 C') 72 co CY) m c 0) � o a- .0 L) 0 m m E Z .> LU -8 .- - cNo -00 Yl U),cn,T-1 L.=01 a-_ -1 < < ilkk E C 2;1 ?IT lilli I T Woka '4F�Net. r E'itRl Home I Council Agenda M&C I Employee Diwectory I Morning Report I Ads I PRS I IT Online I Departments I Site Map Print M&C COUNCIL ACTION: Approved on 12/21/2004 DATE: 12/21/2004 REFERENCE NO.: "C-20451 LOG NAME: 30CIPRYANSE CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Engineering Agreement with Turner Collie & Braden, Inc. for Ryan Southeast Drainage Improvements RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Turner Collie & Braden, Inc. in the amount of$96,784 for the Ryan Southeast Drainage Improvements project. DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for drainage improvements for Ryan Southeast. The scope of the project consists of the preparation of plans and specifications for the installation of a storm drain system on Cantey Street from Yuma Avenue to Riverside Drive, Riverside Drive from Cantey Street to Colvin Avenue and Judd Street from Riverside Drive to Cobb Park. Turner Collie & Braden, Inc. proposes to perform the necessary design work for a lump sum fee of$96,784. City staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $15,840 is required for project management by the Engineering Department. Turner Collie & Braden, Inc. is in compliance with the City's M/WBE Ordinance by committing to 25% M/WBE participation. The City's goal on the project is 18%. This project is located in COUNCIL DISTRICT 8, Mapsco 77U and V. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C200 531200 208280009231 $23.395.00 C200 531200 208280009232 S46.791.00 http://www.cfwnet.org/council_packet/mc review.asp?ID=3059&councildate==12/21/2004 CIrf SMM64 ragC� ui � C200 531200 208280009233 $7,798.00 C200 531200 208280009251 $18.800.00 Submitted for City Manager's Office byMarc Ott (8476) Originating Department Head: A. Douglas Rademaker(6157) Additional Information Contact: A. Douglas Rademaker(6157) ATTACHMENTS http://www.cfwnet.org/council_packet/mc_review.asp?ID=3059&councildate=12/21/2004 I�yq 4 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/21/2004 DATE: Tuesday, December 21, 2004 LOG NAME: 30CIPRYANSE REFERENCE NO.: **C-20451 SUBJECT: Authorize Execution of Engineering Agreement with Turner Collie & Braden, Inc. for Ryan Southeast Drainage Improvements RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Turner Collie & Braden, Inc. in the amount of $96,784 for the Ryan Southeast Drainage Improvements project. DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for drainage improvements for Ryan Southeast. The scope of the project consists of the preparation of plans and specifications for the installation of a storm drain system on Cantey Street from Yuma Avenue to Riverside Drive, Riverside Drive from Cantey Street to Colvin Avenue and Judd Street from Riverside Drive to Cobb Park. Turner Collie & Braden, Inc. proposes to perform the necessary design work for a lump sum fee of$96,784. City staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $15,840 is required for project management by the Engineering Department. Turner Collie & Braden, Inc. is in compliance with the City's MM/BE Ordinance by committing to 25% M/WBE participation. The City's goal on the project is 18%. This project is located in COUNCIL DISTRICT 8, Mapsco 77U and V. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C200 531200 208280009231 $23.395.00 C200 531200 208280009232 $46,791.00 T nannme• 10C'TPR V ANRF. pnaa 1 of') C200 531200 208280009233 $7,798.00 C200 531200 208280009251 $18.800.00 Submitted for City Manager's Office by_ Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) i,nanome- 30C.IPRYANSR PA OA I of