Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 47533
M PM r 2 MMTRACT W. CITY OF FORT WORTH, TEXAS �o) FEB 232016 00 (0 STANDARD AGREEMENT FOR PROFESSIONAL SERVICES GITypp- ,0RrjV o CIIYSFG`R�rA oRrj, This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Freese and Nichols, Inc., authorized to do business in Texas, an independent contractor ("Consultant"), for a PROJECT generally described as: SWS-061 Eastern Arlington Heights Drainage Improvements Investigation. Article Scope of Services (1) Consultant hereby agrees to perform as an independent contractor the services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with SWS-061 Eastern Arlington Heights Drainage Improvements Investigation. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $191,462 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 1 of 8 Article 111 Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of 24 months, beginning upon the date of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) In accordance with Texas Local Government Code Section 271.904, the Consultant shall indemnify, hold harmless, and defend the City against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the Consultant or Consultant's agent, consultant under contract, or another entity over which the Consultant's exercises control. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 2 of 8 Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. 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 (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the Transportation and Public Works Department, Stormwater Management Division, Attention: Mary Hanna, 1000 Throckmorton, Fort Worth, TX 76102, prior to commencement of work. C. d. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. e. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 3 of 8 f. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. L City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. j. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Consultant's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article VIII Termination of Contract (1) City may terminate this Agreement for its convenience on 30 days' written notice. Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and does not City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 4 of 8 commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter (2) If City chooses to terminate this Agreement under Article 8, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article 2 of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant 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 any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 5 of 8 Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant 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. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local 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. Consultant 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. Form 1295 Certification No. 2016-1116 Article XII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIII Contract Construction The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 6 of 8 and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. Article XIV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XV Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Transportation and Public Works Department Stormwater Management Division 1000 Throckmorton Fort Worth, Texas 76102 Consultant: Freese and Nichols, Inc. Attn: Scott Hubley 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Article XVI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 7 of 8 Article XVII Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. Executed and effective this the�.0�day of' 2016. BY: BY: CITY OF FORT WORTH ENGINEER Freese and Nichols, Inc. Jesus J. Chapa Kell llard Assistant City Manager Principal Date: %� Date: a- LP APPROVAL RECOMMENDED: By: Do a iersig, P.E. Dire ransportation and Public Works APPROVED AS TO FORM AND LEGALITY M&C No.: C-27624 By: M&C Date: 02/16/2016 oug as W. Black Assistant City Attorney l Z S'# 206' ATTEST: '� yy pay Yf 99 �pADOpp00y � 9::. /- -V�'•oma �_ 0 O �t a J. er i City Se tary �f/(//t1���p(�FI'B" P �. City of Fort worth,Texas OFFICIAL RECORD Standard Agreement for Professional Services CITY SECRETARY Revision Date:9/24/2014 Page 8 of 8 FT. WORTH,TX Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 Preface In an on-going effort to better serve its citizens, the City of Fort Worth (CITY) has begun the initiative of identifying, quantifying, and evaluating mitigation strategies to reduce local neighborhood flooding issues. The City of Fort Worth Stormwater Program (PROGRAM) is implementing this assessment through the use of various studies and design projects. Historically these issues have been addressed on a somewhat isolated basis by improving individual pieces of a system. The purpose of these feasibility studies is to assess these issues in a more holistic fashion. By analyzing the system in its entirety, the City can more efficiently address the cause of flooding. By performing these studies in a methodical and organized manor the City can prioritize areas of potential flooding by severity as well as systematically assess the entire city. The result is a program that the City can rely on to produce functional, constructible projects that provide real and tangible benefits to the citizens of Fort Worth. The intent that these studies will flesh out potential barriers to construction such as utility conflicts, right-of- way requirements, excessive construction cost, and future pending development, to the extent that recommended projects are known to be feasible, affordable, acceptable, and possible for construction. These studies should stop short of providing the necessary design plans for construction. The proposed solutions provided by these studies will be extracted on a prioritized basis for potential design. Study Area Description: Eastern Arlington Heights is an aging, fully developed urban watershed immediately west of the cultural district. The development in the lower portion of the basin is primarily industrial and commercial in nature while the upstream drainage areas is predominantly single family residential with the exception of the commercial corridor along Camp Bowie Blvd. Major roads in the study area include Montgomery Street, Camp Bowie Boulevard, Clover Lane, and Trail Drive (formerly Harley Avenue). The storm drain does not always follow the street grid and there are several mid-block sumps similar to other areas in nearby watersheds that are prone to flooding. The mapshed is approximately 313 acres in drainage area. Purpose & Needs: The recent Harley Avenue project realigned and enlarged the capacity of the Eastern Arlington Heights lower trunk line to convey the 100-year event from Montgomery to Trinity Park. As such, traditional capacity improvements are likely affordable. This study should evaluate the feasibility of such improvements throughout the basin, with recommendations for sizing, alignments, phasing, and probable costs. A-1 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 Objectives: • Assess existing infrastructure to determine deficiencies and identify flood risks. • Provide recommendations to the City to significantly increase the level of service of the drainage system in order to reduce risks and frequency of flooding in the Study Area. Protection of all properties from flooding in the 5-year storm is the primary minimum target. It may be feasible to provide 100-year protection given current downstream conditions. • Recommendations shall be affordable, acceptable, and constructible. • Develop storm drain alignments, recommended phasing, and costs • Consider and utilize opportunities for non-traditional solutions such as property acquisitions where appropriate • Avoid increases in flood risk elsewhere, including both upstream and downstream systems. • Estimate impacts to water quality resulting from proposed alternatives, in accordance with the City's MS4 permit. • Provide a conceptual design that demonstrates that the proposed plan is feasible, acceptable, and constructible. Planning Level Feasibility Study: • The work described in this Scope of Services is a Planning Level exercise. "Planning Level" refers to a level of detail and related work effort specified within this study scope, and is defined as the "level of detail in investigation, analyses, and preliminary design necessary to support the identification of plans and subsequent decisions regarding selection of alternatives and implementation of projects, including communication with the public." Upon implementation, additional detail will be developed to support engineering design and construction. A-2 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 BASIC SERVICES The following tasks are to be provided by the Consultant as part of the Basic Services: Task 1 Project Management and Meetings Task 2 - Data Collection Task 3 - Existing Conditions Analysis TO BE INCLUDED IN SEPARATE CONTRACT Task 4 - Flood Hazard Identification Task 5 - Alternatives Analysis and Mitigation Strategies Task 6 - Water Quality Assessment Task 7 - Final Report Task 8 - QA/QC Task 9- Special services (Hourly Basis) Task 1 - Project Management and Meetings The ENGINEER's project management activities shall include task leadership and direction, telephone and written communication, study update meetings, study status reports, study schedule and updates, and personnel and data management among other general study management activities. Any delays to the study schedule shall be in writing to the City of Fort Worth for review and approval. The ENGINEER shall submit to the City of Fort Worth's Project Manger theproposed schedule for task sequence and completion upon Notice to Proceed is recieved.. The ENGINEER's Project Manager shall schedule and lead all study meetings. Meeting notes shall be submitted to the City of Fort Worth's Project Manager within five working days after each meeting. The ENGINEER will fully document all relevant hardware, software, file structures, and data formats used during the study. Other than intermittent meetings, all of the individual Task deliverables shall be submitted with the draft and final report at the conclusion of the study. The ENGINEER shall update a Study Certification and Decision Log to be submitted at the completion of the study. The ENGINEER shall prepare a Monthly Summary status report and submit it via email at the end of a calendar month as well as include it with the appropriate monthly invoice. The Monthly Summary will bullet point work completed over the last month, ongoing work, and work anticipated in the upcoming month. The monthly summary should clearly note if the study work effort is on scope, schedule and budget and if not, clearly explain the situation and Consultant proposed remedy. ASSUMPTIONS • This scope assumes up to three (3) project meetings A-3 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 Task 1 Deliverables: • Documentation o Study Schedule o Support Data — Relevant meeting notes and email correspondence, study status updates, and action items for ENGINEER, sub-consultants, and the City of Fort Worth. o Completed Study Certification and Decision Log upon completion of the study. Task 2: Data Collection Dataset Search and Collection The City of Fort Worth will provide the ENGINEER with the following watershed data in GIS format, in addition to the available models and reports: stream centerlines, street centerlines, 2015 aerial imagery, 2009 TNRIS LiDAR points in LAS format and associated 2009 ESRI terrain surface, 2007 subbasin delineations (may not be delineated for each site), citizen service requests (if available) and zoning maps. Historical rainfall data and the as-built drawings of the hydraulic structures may be available from the City. Any errors identified or revisions made to the base data, watershed boundary, or other datasets shall be reported and discussed with the City's Project Manager. The ENGINEER will review and identify known flooding and drainage issues referred to as "hot spots" within the study area. The City will provide available drainage complaints to the ENGINEER in GIS format. Additional documented "hot spots" shall be compiled into a GIS geodatabase and returned to the City to update their records. The City of Fort Worth's Storm Water Management Division shall assist the ENGINEER in locating required data available from the City, but the ultimate responsibility for identifying data needs and for finding, collecting, developing, analyzing, and creating all necessary data shall reside with the ENGINEER. If required data is unavailable, the ENGINEER shall inform the City in writing and discuss with the City's Project Manager for actions or determination. A-4 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 Field Reconnaissance The ENGINEER shall perform field reconnaissance to become familiar with the study area, hydraulic and hydrologic structures, land use, vegetative and land cover, special features and problems within the watershed. Be aware that not all stormwater conveyance features are contained within City easements therefore property owner permission must be obtained by the ENGINEER to access private property. The ENGINEER shall document the reconnaissance findings with labeled digital photographs. The ENGINEER shall document physical characteristics of the watershed relevant to the analysis, including but not limited to: storm drain outfalls, manholes, and inlets. Photos shall be taken of all relevant physical infrastructure observed in the field. Storm Drain Condition Assessment The ENGINEER will identify portions of the stormwater features analyzed in the study to be assessed for structural conditions. Priority will be given to trunk lines that have not been inspected in the past. Pipe features shall be documented with either photographic evidence or CCTV inspection. Pipe condition shall be ranked as good, fair, or poor. A memo and exhibit indicating location and condition of all features, associated photos or video, and any field notes shall be submitted to the City. This scope assumes that the City will clean the lines as required for the camera to pass through. No effort for cleaning is included in this scope. The City will provide the ENGINEER with the requirements to follow and deliverable format for CCTV investigation. Field Surveys The ENGINEER shall identify critical locations for collecting survey data after assembling the available data such as information from the City's stormwater infrastructure database and as-built plans. Limited field survey will be collected to supplement missing data for hydraulic modeling purposes, verify data from other sources and tie-in the various data sources. Proposed data to be surveyed will be noted in a memo discussed with the City prior to survey. Features to be surveyed may include (but are not limited to) storm drains, curb inlets, grate inlets, manholes, pipe inverts for all pipes entering or exiting a junction, curb and gutter elevations, culvert crossings, or any other storm drain appurtenances. Only City stormwater infrastructure should be surveyed and modeled. Limited field survey is included to supplement GIS data and/or obtain surface shots relevant to overland flow paths. Benchmarks shall be located and recorded for survey control. Available elevation reference marks shall be located and recorded at surveyed A-5 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 elements. The ENGINEER shall establish primary and secondary control points for survey. Field survey notes shall represent graphically and clearly, in plan and profile view, what was surveyed, photographed, and recorded. All of the sketches should depict the incoming and outgoing pipe sizes as well as the direction of flow. The ENGINEER shall submit the survey data as text files and in a GIS shapefile format. For budgetary purposes an allowance of 5 days of field survey by one survey crew is included in the scope of services. Should additional survey work be required, it will be authorized by the City as an additional service. Finished Floor Elevations The ENGINEER shall survey the finished floor elevations and lowest adjacent grades of buildings and residential homes within identified flood prone areas. Finished floor elevations shall be a separate budget item from the field surveys. A total of 50 finished floors are included in the scope. Task 2 Deliverables: • Documentation o Data Collection — Summary of Data Collection efforts and methodology including a list of all data collected and sources. o Location map of flooding "hot spots" within the immediate study area. o Field Reconnaissance — Summary of Field Reconnaissance efforts including: ■ Annotated photo log of study photos ■ Photo exhibit showing approximate location and direction of photos taken in the field. Also identify any special physical characteristics relevant to analysis. ■ Field notes or sketches of observations and measurements taken in the field. o Condition Assessments- Memo and exhibit indicating location and condition of all features with associated photos o Field Surveys — Summary of field survey efforts including datums and benchmarks used, coordinate system used, grid to surface conversion factors. ■ Project Control Exhibit showing location of all control points, benchmarks, and elevation reference marks. ■ Data sheets for benchmarks ■ Overall survey exhibit showing locations of all surveyed elements. A-6 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 o Finished Floor Elevations — Summary of finished floor elevation survey efforts including homes and structures surveyed, finished floor elevations, and lowest adjacent grade. ■ Exhibit indicating which buildings were surveyed and where shots were taken. ■ Table indicating finished floor elevation and lowest adjacent grade for each building surveyed. • Digital Data o Data Collection — Data collected from the City and other sources for the study. o Field Reconnaissance — Labeled digital photos o Condition Assessments Electron ica data such as video files, electronic report of findings. Data shall be delivered in accordance with the CCTV Inspection standard specification 0 o Field Surveys ■ Text Files: Survey text files in ASCII format of primary control points, secondary control points, elevation reference marks, surveyed hydraulic structures and stream cross-sections. ■ Field Notes: Field notes in PDF format of surveyed storm drain structures. ■ GIS Files: Shapefiles of survey data of primary control points, benchmarks, elevation reference marks, and topo survey shots. ■ CAD files with all survey points o Finished Floor Elevations ■ Text Files: Survey text files in ASCII format of finished floor elevations and lowest adjacent grade. ■ Field Notes: Field notes in PDF format taken during survey efforts. ■ GIS Files: Shapefiles of survey data of finished floor elevations and lowest adjacent grade. ■ CAD files with finished floor survey points • One set of CD/DVDs containing electronic versions of all information (intermediate and final data and photos) gathered in this Task. A-7 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 Task 3: Existing Conditions Analysis — TO BE PRODUCED IN SEPARATE CONTRACT but the results of the analysis will be included as part of this contract The ENGINEER shall perform hydrologic and hydraulic analysis of the drainage system in the study area. The hydrologic analysis shall include quantification of runoff rates for fully developed land use conditions for the watershed. The hydrologic analysis shall be based on the City of Fort Worth iSWM Criteria Manual for Site Development and Construction, August 2012 and rainfall depths provided in Table 5.15 of the iSWM Hydrology Technical Manual, April 2010. The hydraulic analysis shall be performed on the existing drainage system using methods consistent with the City of Fort Worth iSWM Criteria Manual for Site Development and Construction, August 2012. These analyses shall be performed for the 1-, 2-, 5-, 10-, 25-, 50-, 100-, and 500-year storm events. A. Model Extents —As part of previous projects, FNI has developed a combined Infoworks SD model of the Harley Avenue storm drain system and the Cultural District storm drain system as these systems share a common outfall. The downstream limit of the model is the outfall at University Drive into Trinity Park. The upstream limit of the hydraulic model in the EAH watershed was Montgomery Street. The model will be extended to the upstream limits of the storm drain system in the EAH watershed. The "EI Campo/Childrens' Garden Storm Drain System" will also be added to the model. The Cultural District model will remain in the EAH model but no alternatives modeling effort for this basin is expected as part of this contract. The primary modeling effort is focused on EAH. B. Model Software —All calculations for this project will be conducted in Infoworks ICM. C. Data Sources — The ICM model will be constructed from GIS, as-built records, field survey, and LIDAR information. Data inputs to the model will be flagged appropriately based on the data source. D. Hydrology — Consultant will perform hydrologic calculations for the storm drain system as follows: 1. Delineate contributing watershed sub-basins to the storm drain system in sufficient detail to describe the behavior of the system. 2. All existing inlet capacity will be accounted for in the model although each inlet may not be individually modeled. It may be necessary to group or lump inlets at intersections to limit the detail in the model. 3. Calculations will be based on future land use conditions using the SCS Curve Number method and SWMM routing. Though this watershed is A-8 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 already fully developed, some redevelopment may occur along the Montgomery corridor as properties transition from single family residential to commercial uses. This anticipated redevelopment will be included in the future land use conditions. Only one hydrology scenario (future land use conditions) is included in this scope of work. 4. Precipitation inputs will be based on hypothetical frequency events. 5. All hydrologic calculations will be performed within Infoworks ICM model. E. Hydraulics — Consultant will perform hydraulic calculations for the storm drain system as follows: 1. Storm drain network will be constructed from GIS, as-built record data, and field survey. 2. The model will include all of the storm drain trunk lines including the primary branches. Some laterals or inlet leads may be omitted for simplicity. 3. 2D overland flow calculations will be conducted where necessary. Portions of the model may be modeled using 1 D overland flow links. F. Storm Events - The models will be executed for the 1, 2, 5, 10, 25, 50, and 100-year synthetic storm events including 24-hour, 6-hour, 3-hour, and 1-hour durations. In addition, the alternatives will be evaluated for up to three (3) historic storm events if these storms are provided by the CITY. G. Model Execution and Analysis — Consultant will execute the model, analyze the results and debug as necessary to address any identified instability concerns Task 3 Deliverables: • Written summary of existing drainage system analysis, including methods, parameter selections, analysis tools used, other associated calculations, system capacity (Level of Service), analysis results and conclusions. Multiple curb inlets that have been grouped and other similar unique modeling techniques shall be documented. • Exhibits showing the location of existing infrastructure. • Exhibits documenting sub watersheds and hydrologic parameters. • Exhibits showing inundation in the 100-year event and up to two (2) additional events to be selected after completion of existing conditions model. • Profiles of main trunk lines showing the existing hydraulic gradeline. • Tables showing results from the analysis for all storm events • Final GIS data developed as part of this analysis A-9 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 • Digital copies of ICM models. Task 4: Flood Hazard Identification Based on the results of Task 3 and/or in response to known or observed flooding, the ENGINEER shall identify and document flood hazards in the study area. ENGINEER shall provide written summary describing the flooding. Exhibits showing the flood hazards discussed in the summary shall also be provided. This assessment should, at a minimum consider the following: • Number, location, and type (residential, commercial, institutional, etc...) of structures with significant risk of flooding • Severity of flooding • Frequency of flooding • Cause/Source of flooding • Level of Service/Level of Protection provided by the drainage system • Estimated annualized cost of damages due to flooding. Task 4 Deliverables: • Documentation o Written summary of identified flood hazards and associated characteristics o Overall study area flood hazard map o Additional detailed exhibits as needed Task 5: Alternatives Analysis and Mitigation Strategies The ENGINEER will evaluate multiple alternative solutions to reduce the risk of flooding and identify potential mitigation strategies within the study area to meet the objectives of the study. ENGINEER will identify potential mitigation strategies in areas that have the most straightforward implementation as the first priority. Improvement scenarios will only be developed for the EAH storm drain system and the EI Campo storm drain system (SD Line E from Harley project). Improvements to the Cultural District system will be considered an additional service. The ENGINEER will screen the evaluated alternatives and will recommend to the City only alternatives that are feasible for construction. This plan may include options that involve acquisition of property. A. ENGINEER shall evaluate potential conveyance improvements to the drainage system sufficient to meet current City of Fort Worth design criteria. In the event that a complete solution is determined to be not feasible then the ENGINEER will A-10 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 evaluate solutions that provide an improved level of service/level of protection greater than the performance of the existing system. B. Engineer will develop alternatives for the following strategies: 1. Conveyance Strategies - A maximum of four (4) conveyance improvements alternatives will be developed to potentially include varying capacity scenarios or varying alignments. 2. Combined Conveyance and Detention Strategies - A maximum of two (2) combined conveyance and detention improvement scenarios will be developed. C. ENGINEER will prepare the following for each alternative: 1. Simulations -Each alternative will be evaluated for the 1, 2, 5, 10, 25, 50, and 100-year synthetic storm events for the 24-hour duration. In addition, the alternatives will be evaluated for up to three (3) historic storm events if these storms are provided by the CITY. 2. Planning Level Layout Plans - ENGINEER will produce GIS based conceptual layouts of the concepts proposed in Task 5. 3. Cost Estimates - ENGINEER will identify planning level cost estimates based upon the conceptual layout plans. The cost estimates should focus on the major cost items, including property acquisition, utility relocation, all associated appurtenances, etc. The cost estimates shall have appropriate contingencies as a conceptual, planning level exercise. D. Screening of Concepts - ENGINEER will perform an initial feasibility assessment of each concept. This assessment shall be based upon the estimated cost, potential benefit, and constructability. The consultant will present this assessment to City to jointly decide on the elimination of certain concepts. The ENGINEER will refine, revise, and potentially add concepts based upon the work session with City staff. Up to two (2) additional alternatives are included in this scope of work. E. Benefit Cost Analyses - ENGINEER will prepare benefit cost analyses (BCAs) for the remaining alternatives. The BCAs will use standard FEMA methodologies but will be prepared in a spreadsheet by ENGINEER. Preparation of BCAs using FEMA software will be considered an additional service. All BCA calculations will be based on a single storm duration only, following the review of Task 5.F. The BCA calculations will be based on current property values from the Tarrant A-11 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 County Appraisal District. Surveyed finished floor values will be used where available. Finished floors will be estimated from LIDAR when survey is not available. BCA calculations are included for up to three (3) alternatives. Task 5 Deliverables: 1. Written summary of alternatives and mitigation strategies evaluated, including list of affected properties. 2. Written summary of feasibility of alternatives and documented decisions points leading to the elimination or recommendation of particular alternatives. 3. Rough conceptual layout plans: Concept plans should include affected properties (data), mitigation strategy features, with post project inundation mapping or other model results 4. Planning level Opinion of Probable Costs 5. Recommended phasing for alternatives Task 6: Water Quality Assessment The ENGINEER shall perform an initial assessment of water quality impacts of any proposed improvements to comply with the City's MS4 and NPDES permits. The general direction given by the MS4 permit is that all new flood control projects (storm drain systems included) must provide erosion prevention and pollutant removal capabilities. Retrofitting of existing system infrastructure may be proposed if practicable. This assessment is not intended to be a full design of water quality features. This assessment is intended to provide a concept of potential water quality improvement features or Best Management Practices (BMPs) that could be installed at a later date. A-12 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 Task 6 Deliverables: • Written summary describing potential BMPs or other features that may improve or mitigate water quality in the study area. • Written summary directly answering the City's water quality questionnaire (to be provided at a later date) • Exhibits indicating location and type of features to be implemented. Task 7: Final Report The ENGINEER shall prepare a DRAFT final report summarizing all work performed in this study including all data collected, all data sources used, all methods used for hydrologic and hydraulic analysis, all results and findings of analysis of existing systems, all results and findings of analysis of proposed alternatives, citizen input from public meetings, feasibility determinations, constructability determinations, and any other relevant information pertaining to the work performed or final recommended improvements. ENGINEER will meet with City to review DRAFT report. ENGINEER will incorporate comments from City and provide FINAL report. Task 7 Deliverables: • Draft Report—4 copies • Final Report—4 copies o Written Report o All necessary exhibits o All associated appendicies o All associated digital data, including final models. Task 8: Quality Assurance and Quality Control (QA/QC) The ENGINEER shall implement QA/QC procedures, at a minimum, at the completion of each task in this scope. The QA/QC shall be performed by experts knowledgeable in the subject field of the item being reviewed. The QA/QC reviews will check for things like missing data, quality of survey data, review of project models and/or calculations for appropriate application and mistakes, review of cost estimates, public outreach strategies, water quality strategies, review of report and exhibits. Task 8 Deliverables: • Provide written QA/QC plan and any available checklists in an appendix to the report at all milestone submittals. A-13 Attachment "A" Scope of Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 SPECIAL SERVICES Additional Services to be performed by the Engineer, if authorized by the City, which are not included in the above described basic services, are described below. These services will be performed according to the Engineer standard rate schedule: 1) Coordination with other agencies, public or home owner associations. 2) Final design of recommended alternatives 3) FEMA submittals if the City wishes to update FIRM maps with results of study. 4) Additional alternatives to be detailed, modeled or evaluated, including analysis of study areas beyond those outlined in scope of work. 5) Field surveying beyond what is identified in the scope, including non visible underground utilities. 6) Preparation of property, boundary and right-of-way surveys, preparation of easement and deed descriptions, including title search and examination of deed records. 7) Revisions to drawings, specifications or other documents when such revisions are 1) not consistent with approvals or instructions previously given by the City or 2) due to other causes not solely within the control of the Engineer. 8) Preparation of data and reports for assistance to the City in preparation for hearings before regulatory agencies, courts, arbitration panels or any mediator, giving testimony, personally or by deposition, and preparations therefore before any regulatory agency, court, arbitration panel or mediator. 9) Assistance in preparing for or appearing at litigation, mediation, arbitration, dispute review boards, or other legal and/or administrative proceedings in the defense or prosecution of claims disputes with Contractor(s). 10) Geotechnical investigations, studies and reports. 11) Visits to the project areas or City facilities in excess of the number of trips, coordination meetings or contract completion activities as defined in Basic Services. 12) Coordination of environmental investigations with environmental resource agencies, jurisdictional determinations, and state or federal permitting. 13) Basic or additional services on an accelerated time schedule. The scope of this service includes cost for overtime wages of employees and consultants, inefficiencies in work sequence and plotting or reproduction costs directly attributable to an accelerated time schedule directed by the City. A-14 Exhibit"A-1" DRAINAGE INVESTIGATION SUBMITTAL LIST Note:All listed items are to be included in hard copy and digital format in Appendix D. Please see Digital Submittal Format. Note:All Figures and Tables should be provided in.pdf format. Tables should also be provided in.xlsx format in Appendix D *Only tables listing the information collected are required here.Actual data is to be included in digital form only(Appendix D) Item or Section Item or Section Name Item or Section Description No. 1.0 TASK 1-Project Management Report Narrative 1.1 Executive Summary Please include relevant information summarizing the tasks.Also include a description of study area and any special considerations or characteristics.Major findings,anything of significance,unique,or how the modeling was handled should be included. 1.2 Summary of Tasks 1.3 Project Certification and Decision Log Please include a summary of key decisions that were made.Also list any public meetings dates and brief description.This log should not include every conversation or email relating to the project.A more complete log may be included in Appendix B if the consultant feels it is appropriate. 1.4 Public Meeting Discussion(if applicable) Please include a brief summary of any public meetings or forums held relating to the study.Include data,location,what information was presented,what information was gathered,etc. Report Narrative Tables Additional Tables At the consultants discretion to provide tables in the narrative providing relevant information.Information regarding public meetings,etc.may be included.Large or lengthy tables should be included in Appendix B. Appendix -Figures 1.1 Overall Study Area Map 11"x17"Map of the Project Area 1.2 Public Meeting Map(if applicable) 11"x17"Map of the information gathered at public forums. 1 Exhibit"A-1" DRAINAGE INVESTIGATION SUBMITTAL LIST Note:All listed items are to be included in hard copy and digital format in Appendix D.Please see Digital Submittal Format. Note:All Figures and Tables should be provided in.pdf format. Tables should also be provided in Asx format in Appendix D *Only tables listing the information collected are required here.Actual data is to be included in digital form only(Appendix D) Item or Section Item or Section Name Item or Section Description No. 2.0 TASK 2-Data Collection,Field Reconnaissance,Drainage System Condition Assessment,Survey Report Narrative 2.1 Data Search and Collection Provide a summary of the efforts and methodology including discussion of data sources and data collected such as spatial information,drainage complaint data,and any available LOMC information. 2.2 Field Reconnaissance Provide a summary of efforts and methodology 2.3 Drainage System Condition Assessment Provide a summary of efforts and methodology,as well as specific information regarding and CCTV data the condition of the storm drains using the"fair,poor,good"scale.In addition,identify any areas of concern or where there may be imminent failure.Figure 2.2 should show the condition graphically. CCTV format shall follow the city's standard format. 2.4 Subsurface Utility Investigation(Level D) Provide a summary of findings from the SUE level D investigation. 2.5 Field Surveys Summary of efforts and methodology including discussion of survey guidelines,control, locations,finished floors,etc. 2.6 Finished Flood Elevations Provide a summary of the number of finished floor elevations surveyed as well as a determination for the need of the survey. Report Narrative Tables General Table of Data Collected* Include date,source,and any other relevant information Additional Tables At the consultants'discretion to provide tables in the narrative providing relevant information,such as a table of finished floor elevations.Please avoid adding very large or lengthy tables in the Narrative and use Appendix B instead. Appendix A-Figures 2.1 Drainage Complaints/Hot-Spots 11"x17"Map of the drainage complaint locations.Include a short(3-4 word)description of the complaint.Include table of complaints on the map. 2.2 Storm Drain Condition Assessment 11"x17"Map of the storm drain conditions.Include shapefile of storm drain condition rating using good,fair,poor,Identify locations and directionality of all photos taken and include selected photos on the Figure.The GIS shapefiles for Storm Drain Condition and Photo Location/Direction should be provided in Appendix D. 2.3 Labeled Photos of Storm Drain Condition Include a photo report(4 photos/page)of the storm drain condition assessment.Focus on fair/poor conditions 2.4 Figure of Survey Locations 11"x17"Map of the drainage system layout.Clearly identify the links,nodes and junctions, include finished floor elevations surveyed Appendix B-Supporting Documentation B2.1 Drainage Complaints Table* Include case number,location,other relevant information B21 Field Observation Report B2.3 List of As-Built Plans Used* Include plan name,plan number,date,and sheets used.Actual As-Built plans are not required either in hard copy or digitally. B2.4 LOMC Information* Include date and case number B2.5 Surveyed Inlets Include name,location,type(curb inlet,manhole,etc.),size,material,slope,elevations of outfalls,pipes, and additional relevant information B2.6 Finished Flood Elevations* Include address,finished floor elevation,and lowest adjacent grade elevation 2 Exhibit"A-1" DRAINAGE INVESTIGATION SUBMITTAL LIST Note:All listed items are to be included in hard copy and digital format in Appendix D. Please see Digital Submittal Format. Note:All Figures and Tables should be provided in.pdf format. Tables should also be provided in.xlsx format in Appendix D *Only tables listing the information collected are required here.Actual data is to be included in digital form only(Appendix D) Item or Section Item or Section Name Item or Section Description No. 3.0 TASK 3—Existing System Hydrologic and Hydraulic Analysis 3.1 Hydrologic Analysis Report Narrative 3.1.1 Task Summary Provide a summary of the efforts and methodology including general description of the area and conditions and discussion of the data sources used. 3.1.2 Methodology Provide a detailed discussion of the analysis methodology including information regarding the data used,basin delineation and loss parameter development,rainfall,routing methods and calculation process,and model construction.Include any unique situations such as detention or diversions.Discuss changes in parameters(%Imp,Tc)for future conditions if applicable. 3.1.3 Results and Conclusions Provide a discussion of the modeling results and a comparison to previous modeling results.Compare to Effective FIS if applicable. Report Narrative Tables Rainfall Data Include source,times,depths,etc Additional Tables At the consultants discretion to provide tables in the narrative providing relevant information.Information regarding basin parameters,land use information,routing information and results may be included in the narrative,but please avoid adding very large or lengthy tables in the narrative and use Appendix B instead. Appendix A-Figures 3.1.1 Drainage Area Map 22"x34"Map of the Drainage Areas,Junctions,Reaches,etc.Include streets,contours, storm drain,and aerial imagery 3.1.2 Hydrologic Soil Groups 11"x17"Map of the HSG's.Include HSG classifications and common names of individual types.Also include drainage area boundaries and aerial imagery. 3.1.3 Existing Percent Impervious(Land 11"x17"Map of the existing conditions land use/zoning used for the development of Use/Zoning) percent impervious values.If another method was used to determine percent impervious, include documentation in the narrative. 3.1.4 Future Percent Impervious(Land 11"x17"Map of the future conditions(if applicable)land use/zoning used for the Use/Zoning) development of percent impervious values.If another method was used to determine percent impervious,include documentation in the narrative. 3.1.5 Longest Flow Path and Time of 11"x17"Map showing longest flow paths for each basin.Distinguish between overland, Concentration sheet flow,gutter flow,pipe flow and channelized flow.Include a table with the times of concentration and lag times on it.If lag times differ for future conditions,provide an additional map with the adjusted flow paths. Appendix 8-Supporting Documentation 83.1.1 Land Use Classification Table Include assumptions made about associated impervious cover percentages 83.1.2 Curve Number Calculations Tabular format used for curve number calculations.If computations are done using GIS, provide some tabular information. 83.1.3 Lag time Calculations Include computations for overland,shallow concentrated and channelized flow as shown in Figure 3.5.Please note that flow in the gutter is to be considered channelized and calculated accordingly. 83.1.4 Table of Routing Parameters If routing methods are used,provide detailed information. B3.1.5 Table of Pond Curves or other Paired If Applicable-Provide paired data information for existing and/or proposed detention Data ponds,diversions,or other hydrologic information B3.1.6 Summary Table of Basin Parameters Include Basin Name,Area(ac)(sq mi),CN,%Impervious,TC,Lag Time,and any other pertinent information B3.1.7 I Summary Table of Results I Include Element Name(Basin,Junction,etc.),Area,and Peak Discharge for the studied 3 Exhibit "A-1" DRAINAGE INVESTIGATION SUBMITTAL LIST Note:All listed items are to be included in hard copy and digital format in Appendix D.Please see Digital Submittal Format. Note:All Figures and Tables should be provided in.pdf format. Tables should also be provided in.xlsx format in Appendix D *Only tables listing the information collected are required here.Actual data is to be included in digital form only(Appendix D) rainfall events Item or Section Item or Section Name Item or Section Description No. 3.0 TASK 3—Existing System Hydrologic and Hydraulic Analysis 3.2 Hydraulic Analysis Report Narrative 3.2.1 Task Summary Provide a summary of the efforts and methodology including general description of the storm drain system and discussion,data sources used,and expected results. 3.2.2 Methodology Provide a detailed discussion of the analysis methodology including hydraulic parameters, boundary conditions,flow change locations,and special situations such diversions or split flow.If any specialized modeling(such as XPSWMM or InfoWorks)is used,please provide a detailed accounting of that process in a separate section. 3.2.3 Results and Conclusions Provide a discussion of the modeling results,comparison to previous modeling results, and any conclusions. Report Narrative Tables Summary Tailwater Elevations Include node ID,description of location,and tailwater elevation information for selected profiles.Limit the table in the narrative to a few key locations.More comprehensive tables should be included in Appendix B. Loss Coefficients Include Link or Node ID and coefficient at key locations.More detailed tables can be provided in Appendix B. Level of Service Comparison Include location description,Link or Node ID for both models(comparison),and HGL and EGL for selected profiles.Level of service will be assigned as follows:less than 5-year, greater than 5-year and less than 100-year,and greater than 100-year. More detailed tables can be provided in Appendix B. Additional Tables At the consultants discretion to provide tables in the narrative providing relevant information.Information regarding Manning's roughness values,etc.may be included in the narrative,but please avoid adding very large or lengthy tables in the narrative and use Appendix B instead. Appendix A-Figures 3.2.1 Profiles for ALL studied events If applicable,include profiles for all studied events,including the 100-yr future condition. A separate figure is NOT required for each event. Additional Figures for Advanced Analysis Include Figures detailing relevant information such as location of analysis,nodes,links,2D (if applicable) zones,inundation mapping,etc. Appendix B-Supporting Documentation 133.2.1 Table of Loss Coefficients Include Link or Node ID and coefficient where minor losses may occur from size changes, bends,and junctions 83.2.2 Table of Summary Tailwater Elevations Include Node ID and elevations for studied profiles.Original model outputs may be provided in Appendix D. 133.2.3 Table of Level of Service Include Link or Node ID for both models(comparison),HGL and EGL for selected profiles, and level of service assigned as follows:less than 5-year,greater than 5-year and less than 100-year,and greater than 100-year. 133.2.4 Additional Tables for Advanced Analysis Include information regarding parameter development,node and link results,2D results, (if applicable) etc.for advanced modeling 4 Exhibit"A-1" DRAINAGE INVESTIGATION SUBMITTAL LIST Note:All listed items are to be included in hard copy and digital format in Appendix D.Please see Digital Submittal Format. Note:All Figures and Tables should be provided in.pdf format. Tables should also be provided in.xlsx format in Appendix D *Only tables listing the information collected are required here.Actual data is to be included in digital form only(Appendix D) Item or Section Item or Section Name Item or Section Description No. 4.0 TASK 4-Flood Hazard Identification Report Narrative 4.1 Task Summary Provide a summary of the efforts and methodology including general discussion of the findings of Task 3 analyses. 4.2 Flood Hazard Identification Provide a detailed discussion of the findings including number of structures at-risk (added/removed),number of structures flooded,and level of service.Lead into Alternatives Analysis. Report Narrative Tables Level of Service at Roadway Crossings Table showing road name,crossing configuration,level of service,etc.All depths(above and below structures)should be given by return event.Give depths below structures as negative depths and above structures as positive depths. Additional Tables At the consultants discretion to provide tables in the narrative providing relevant information.Information regarding LOS,finished floors,etc.may be included.Large or lengthy tables should be included in Appendix B. AppendixA-Figures 4.1 Flood Hazard/Level of Service Map 11"x17"Map showing flooding and/or flooded structures and crossings.Indicate frequency of the flooding at various crossings. Appendix B-Supporting Documentation 84.1 Level of Service at Roadway Crossings Provide a detailed discussion of the findings including number of structures at-risk (added/removed),number of structures flooded,and level of service.Lead into Alternatives Analysis. Tasks 1 through 4 should be included in 1St submittal for review, considered as 75%submittal. g , 5 Exhibit "A-1" DRAINAGE INVESTIGATION SUBMITTAL LIST Note:All listed items are to be included in hard copy and digital format in Appendix D. Please see Digital Submittal Format. Note:All Figures and Tables should be provided in.pdf format. Tables should also be provided in.xlsx format in Appendix D *Only tables listing the information collected are required here.Actual data is to be included in digital form only(Appendix D) Item or Section Item or Section Name Item or Section Description No. 5.0 TASK 5—Alternative Analysis and Mitigation Strategies Report Narrative 5.1 Task Summary Provide a summary of the efforts and methodology including general description of the improvement alternatives to be evaluated. 5.2 Methodology Provide a detailed discussion of the analysis methodology including what solutions were used to address what flooding issues.Provide specific information about each improvement including the nature(pipes,detention,etc.),size,configuration.Discuss solutions that provide 100-year protection as well as those that may provide a lower level of protection but have a reduced cost.Provide discussion of damage calculations,both quantitative(BCA)and qualitative(emergency access,vehicular traffic,etc.) 5.3 Results and Conclusions Provide a discussion of the proposed alternative(s)performance,including specifics such as structures removed from flooding,road crossings improved,etc.Provide OPC information and recommendations for potential CIP projects. Report Narrative Tables Comparison Flow Table Provide a tabular comparison of the existing and proposed discharges and the difference at selected locations.More detailed tables should be provided in Appendix B. Comparison HGL/EGL Table Provide a tabular comparison of the existing and proposed HGL and EGL,and the difference at selected locations.More detailed tables should be provided in Appendix B as listed below. Preliminary Impact Analysis Provide a tabular comparison of the preliminary impact analysis on potential downstream impacts on receiving waterways for the 2-,10-and 100-year events.More detailed tables should be provided in Appendix B as listed below. Planning Level Cost Estimates Provide a tabular comparison of cost estimates focused on the major cost items,including property acquisition,utility relocation,all associated appurtenances,etc.The cost estimates shall include a line item for contingencies.Provide detailed table in Appendix B. Additional Tables At the consultants discretion to provide tables in the narrative providing relevant information.Information regarding estimated damages,roadway crossings,proposed alternative costs,etc.may be included but please avoid adding very large or lengthy tables in the narrative and use Appendix B instead. Appendix A-Figures 5.1 Overall Improvement Alternatives 11"x17"Map showing location and identifying the nature of the proposed improvements that were evaluated.22"x34"is permissible if the Engineer deems it necessary to convey the information clearly. 5.2-5.X Planning Level Layout Plans 11"x17"layout plans of the conceptual alternatives.22'x34"is permissible if the Engineer deems it necessary to convey the information clearly. Appendix B-Supporting Documentation 85.1 Comparison Flow Table Provide a tabular comparison of the existing and proposed discharges and the difference at all locations. 85.2 Comparison HGL/EGLTable Provide a tabular comparison of the existing and proposed HGL and EGL,and the difference for the entire system. 135.3 Preliminary Impact Analysis Provide a tabular comparison of the preliminary impact analysis on potential downstream impacts on receiving waterways for the 2-,10-and 100-year events.More detailed tables should be provided in Appendix B as listed below. 85.4 Depth-Damage Calculations Include tabular calculations used to determine estimated damages for each studied rainfall event. B5.5.x Opinions of Probable Cost Provide a detailed Opinion of Probable Cost for each improvement alternative evaluated. 6 Exhibit "A-1" DRAINAGE INVESTIGATION SUBMITTAL LIST Note:All listed items are to be included in hard copy and digital format in Appendix D. Please see Digital Submittal Format. Note:All Figures and Tables should be provided in.pdf format. Tables should also be provided in.xlsx format in Appendix D *Only tables listing the information collected are required here.Actual data is to be included in digital form only(Appendix D) Item or Section Item or Section Name Item or Section Description No. 6.0 TASK 6—Constructability Review Report Narrative 6.1 Task Summary Provide a summary of the efforts and methodology including general discussion of the findings of the analyses. 6.2 Construction Schedule Provide a planning level estimate of construction schedule and note features that may cause significant impact to the schedule such as permits or franchise utilities. Item or Section Item or Section Name Item or Section Description No. 7.0 TASK 7—Water Quality Assessment Report Narrative 7.1 Task Summary Provide a summary of the efforts and methodology including general discussion of the findings of the analyses. Describe potential BMP's or other features. 7.2 Questionnaire If applicable,provide written summary directly answering water quality questionnaire(to be provided,if applicable). Appendix A-Figures 7.1 Location&Type of BMP 11"x17"Map showing location and identifying the type of BMP's evaluated. Item or Section Item or Section Name Item or Section Description No. 8.0 TASK 8—Public Outreach Report Narrative 8.1 Task Summary Provide a summary of any public outreach efforts. Describe any supporting materials or documents developed as part of this task. Appendix B-Supporting Documentation 88.1 Completed Public Outreach Worksheet Provide completed worksheet and supporting documentation. 7 Exhibit"A-1" DRAINAGE INVESTIGATION SUBMITTAL LIST Note:All listed items are to be included in hard copy and digital format in Appendix D. Please see Digital Submittal Format. Note:All Figures and Tables should be provided in.pdf format. Tables should also be provided in.xlsx format in Appendix D *Only tables listing the information collected are required here.Actual data is to be included in digital form only(Appendix D) Item or Section No. Item or Section Name Item or Section Description 10.0 TASK 10-Quality Assurance Quality Control Report Narrative 10.1 Quality Assurance Quality Control Provide a summary of the internal QA/QC measures as well as the QA/QC provided by Procedures the City and Program Manager. Appendix C-Quality Assurance/Quality Control C10.1 Data Collection,Survey,Field Include QA/QC Documentation for Data Collection and Survey Reconnaissance C10.2 Hydrologic Analysis Include QA/QC Documentation for Hydrologic Analysis C10.3 Hydraulic Analysis and Drainage System Include QA/QC Documentation for Hydraulic Analysis and Drainage System Mapping Mapping C10.4 Proposed Flood Mitigation Alternatives Include QA/QC Documentation for Proposed Flood Mitigation Alternative Analysis 2nd submittal (90%)should include all Tasks (1-10) including comments addressed from 1st submittal review. 8 c 0 U c 0 of 0 a, v jO U Y m O E ai41O N tA ON Q- a aJ W O 41 c X a L; U U z > Q O N N c N Qj QC N N N c jp p T C C 41 N J m fl > 2 NQJ 41 41L O aJ O m N ,CL O. NE vuf vuJ L N m QJ QJ 7 6 O ` o Y = C 3 3 ° N Y cx 1/_1 N N N ,r3 o o aaii c > > E m m (n N $ � a a 4, _, _ Y >. O O O v O_ Oi w N E NN () aJ O Z O vi L N a1 w d vi C aJ N = aJ b = C m O c C O Ol O O +� f0 C C +1 = C = x O Y � m O u m m O x cN N fl O Q QQjj Q H O G C N C N N C C fl' 4 O aJ 2 O N N Q �^ N E m m 0 ro a v o UL Q C = �' = b0 O i Oa OA ...i J m ta..1 Y > y L1 cu (J ai 0 0 a O aaiLl N N tA tA H Y Y O aJ aJ Y }� m C m W m N O m E � m m E E bwD � m O vcni aJ m m � a 41 IA m v0- 2 E m v o _ a .� c2S f' aai a0J aJ 0 °' Lm 0 t 0 aJ aJ o E c� 0 a o C7 = C7 a.� C9 0 Y o U Zv w aJ L. aJ i O N C 0 u LL a Lj- = U Q ii n. 1- 'u Vf 'u. n. a cl O _ } O f0 �aJ v~j 'O m m !LQ ZC _ �- 'Qj u j hp O JV O N N m N J Q 'O U 0 .a c p ;u p ` •C aJ Y �. 41 41N 41 N N = a) m m uJ m 3 j LL 4O N U N U (UO QJ T m N O N w m O m _ m u o ++ O. N W '�' O (A U Q u Q 'Q Q U Q Vf 4 d 41 u 0N � ++ T O O m m QJ p m } Qj c C = Q > N N O N fNC ;N V vmi o ;° °� C aJ v aJ v N 2 m d N O O. .L — m Lu = �:. 'O N -O a) aJ N -O -O O O N N gO + ° N O Qp LU UN ov o M a oXo o oav Qoum iaJ U v m P m a m tko u 75 4-1 OO . O O- X Q W QJ o Z m L vO Ln 0 m Q p !' m o m -0 O -0 = HTo L L Z O. Y Q L L -a-) .O+ N N Q5. o L D wto jn C7 ( = w = M 3 wX O U Q) = — C O � A a;, L ILI u N m O, c N io (^ a) a5 t o T g v ,; o- S Z u 0 ,,��.. �� € N X 4 N E OA al 9t E 0 0 0 L O 0 W Q, - v L E 2p b ° >. ate+ °u u m �, ❑ '�, o n u M n n c �n E N U 0 U d: d G d F d F L Q E .� 41 N H n m U G �,p�y'']�,�p(y�,�pp,,pp,,�p(y'�,� pp,, ui E U m s d N S C, ]`U'LS'IS'L ' LS i Py m u c 0 a L O m O 0 y $ 0 0) 1'1 I+'' 1 I+I i+ i+l !�I }; y n a 9 �r o v � to j v°- H a, t m a a s a s n m a0 '^ m N I m E Y �� I�'I c, pp iJ E T "O C) vi 'vl N m IL ++ m 41 ' fu '!I t�i,��_�}� ill if: hf +t IFl NILn O > > r-1 C fu O. Z -0 j N 'O 41 4- L U C i+l. ±� l� I.J +� 7 .E to .E aJ E a) �° c m p C ift Z "mfuy W aC u VC c > UQL + a+ > O + H O fu Q v wate', a CL E a o ° -° c pv " a L v O Oa, O > c W �- °L m c tw c Z 4- T c 0 m m41 m e a) t aJ O 0, —Lmj .0 U L N v > a O N c > ,�, O o p a E d c 0 °0 a) o O p aJ +O to N C N c ,F X u E c •� E ° m to O \ N u m m > > m L k tb c O -C L a) Qj N a) O N O Vf u m TT a O O av o a 'x w > > o_ m > v 41 O UD a, V i i m L Ln � L a) O vl Qj a O m .Fu ° -0 bD E E c o c a) O O N u p c o v- N C m 3 u `-1 +� C "I O -C i Z a) O N a) LO c a0 U M +m+ � O� a) u 0 ,1 E j O M Vi �O `�- .0 3 m E m 0 H p +m•+ C t0 a, N tai Y 'u .° E +m+ w- a/ '0 N m m bD c O_ L Q .0 _O .0 N >' a) Q V N =. c 0 a) v i✓ c � �•+ a••i m m ° V m ++ Q � ? m w lin O L^ C "O "O a N O a) O O m U w L/) Vf 1n •Z Y .2 C -O E > LO O ` E O 0 .c 0 Q w L d aJ as-� o O m O � .fl O G OJ L — O 'O 'O C L Z Q ° Q v C p - c ca c _ > t, � t s m "O a) C 41 u a) N +J bD C L a O m J -I •u 3 t . 4- -0 L ,w i- c U t a, E u +, _O U'E -0 , bD V7 !n u Vt O O u ECl- CL Ll CL �an CA aj° e vu ao Noo ° E m nD aE E E 0 ° -0 'o :3 -e O N C v } D 1 - ° m e c s c N iv IM U - O bD m +. Ol N p + ut a, v '� v= +J +_ } ° tw a O ° ° CL -0 H = vi a, v v �+ W °ILI v v v i v dD m C :3 ai 00t 7 7 7 'm � poO C v=:3 7 O v aL ° U4, vu m p N 2Ca a)Ln Z u uYv 1W m ,F m J1 O 2.1 N 7 Ln 41rl 0 41 0 -0X vi O O 4-1 0J Q C) g �'o > ac v 4 x u °) oo 41 °J CL _a a o o>D .� m °Cl X) a E _ ° N v N O °O_ t a) -0 C o U� N Q 0 ` m C c= O 3 ° a O 0 ° L ° v �' M -0 o > E vl E ate, -0 -a o E ° � � o m +m tw of ° O p v, t 0 ,o_n u p -C m m <n �n �� N� E O .-cr v aJ aJ ice1 CO >. � m a � � cr � ,am_+ � � = NI NI NI NIM rv7 It �l1I O m � 7 '� -O � O_ 7 v O \ v m (� ++ > > O ° 5 4-- : •Q Q h0 ' = 0 0 0 0 0 0 0 0 T T m O O Vf E 'N LL N O O G p Q Q I— H H H I— 2 2 0 to � a a W +ai., O Q Q .Q m (0 U G C7 m x o x CL x 0- x O Q N O 0 7 d 7 0) 7 N 7 d aJ O N N CL CL a — a — a � o 0 0 D Z L2 w Q Q Q Q C7 2 a F- Ln ATTACHMENT B COMPENSATION Design Services for EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 1. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $156,462 as summarized in Exhibit B-1 — Engineer Invoice and Section IV—Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A for Tasks 1 through 8, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. C. Special Services tasks that may be assigned, not currently included in the Scope, may be billed and paid on an hourly basis for actual hours worked and expenses incurred, at an hourly billing rate as provided in Exhibit "B-2". No Special Services will be performed without prior written authorization from the City. The contract includes $35,000 in compensation by this method itemized as Task 9. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Director of the Department of Transportation and Public Works monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility F Fee Amount Prime Consultant Freese and Nichols, Inc. Engineering and Project $166,462 86.9% M mt. Proposed MBE/SBE Sub-Consultants DFW Infrastructure, Inc. CCTV Inspection ( $15,000 7.8% Gorrondona and Assoc. Field Survey $10,000 5.2% Non-MBE/SBE Consultants TOTAL $191,462 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE Eastern Arlington Heights Drainage $191,462 $25,000 13% Improvements Investigation SWS-061 City MBE/SBE Goal = 13 % Consultant Committed Goal = 13% City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment 8 PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 Em � cu § k > . -j § JC ® k > 22 J� \ \ u - ; � ) ■ ) ] CU 0 E 0 ] o U) I ° § m \ I £ = 4 - k � a � \ k ) § ) w 0C3 E a3 " % _ / § k � � % � ) / j .. � / « � \ k\ j2y 2 2 eo k \} ;, \ 2 lmm, ® ) k \ k /) §( �« ; o o ` m « \ f 2 ) m CL c IL k 0 }L IL U) in \ w T o & ) © ° § ■ $ E k ƒ § E 7e / a. LU k < \ � ¥ .k k } \ [ § m n e m � �_ w L: & k E CU Z � 2 a " - § ) C CI � :\ \f E §\ ;mak\ � ) ))))/ m (E�� eE . . . �� M a3 O � v �����/ 2 & kkkkk /mr . j ! 2 & jk /} a� CL § � ! � G : - Ek }{ G ) \ ! � cnE _ �a u kk § / E � 2 ! 2 | e § f�/ ch | 2 ] {E _ { � / ;! Ez ] 2 ! ) !? - ` § § ) i -_ � 0 \ / E(� ! k} \ � k f ) - [k ! & G ) !! 2 / )(/) / j f � � E E ) a ] cn I E2 ! a , U) m Li �2k § $ 'Fo —%§ /� / �)�k ! w§/. e@ E \ ) 2 //# § 22 > §�� m CL aGJLLB2 u G2ƒLEak a \ EXHIBIT "B-2" (SUPPLEMENT TO ATTACHMENT B) EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 SPECIAL SERVICES HOURLY COMPENSATION 1. Special Services Hourly Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing Special Services as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. A summary of current hourly billing rates is provided below: Principal-in-Charge $200 — $405 Project Manager $110 — $270 Senior Professional Engineer $150 — $270 Junior Professional Engineer $110 — $190 Engineer-in-Training $85 — $150 Registered Landscape Architect $110 — $165 Landscape Architect Intern $85 — $135 Sr. GIS $85 — $135 Jr. GIS $50 — $110 Engineering Intern $30 — $90 CADD Technician $35 —$120 Admin/Clerical $55 —$150 EXHIBIT'B-2" Page 1 of 2 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost plus a markup of ten percent (10%). Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). EXHIBIT"B-2" Page 2 of 2 EXHIBIT "B-3" (SUPPLEMENT TO ATTACHMENT B) EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 PROFESSIONAL SERVICES FEE SUMMARY Task Description Fee 1 Project Management $15,310 2 Data Collection $41,167 3 Existing Conditions Analysis — NOT INCLUDED - 4 Flood Hazard Identification $7,196 5 Alternatives Analysis and Mitigation Strategies $45,453 6 Water Quality Assessment $3,884 7 Final Report $32,966 8 QA/QC $10,486 9 Special Services — HOURLY $35,000 Total Proposed Fee 1 $191,462 EXHIBIT"B-3" Page 1 of 1 ATTACHMENT "C" EASTERN ARLINGTON HEIGHTS DRAINAGE IMPROVEMENTS INVESTIGATION SWS-061 AMENDMENTS TO STANDARD AGREEMENT FOR ENGINEERING SERVICES None. ATTACHMENT"C" Page 1 of 1 Z O Q i Q I LL n r-1 O N z O V) a Y Q Y C m E > O d E D 0 t Q' C aJ Q1 a- C E 'n `� f�'�3, ► ova r u p I w C 'a Q O m w LL a o - - - --- --- _' - v N � �� = o c 0 0\ c Q Z C W W LD lD LD r-I 11 r, li U00W \ O Uw N -I lO \ l0 O I� ri 01 _qN N \ a-\ ri m r-I ri L!1n \ \ \ \ \ \ O O \ \ \ \ \ m m In r� r� m r-I r-I .--I r� r C C C C C C C C N C C C C ri C C v O O O O O O O O \ O O O O \ O O LL H Oo rNi lD lD lO WlO lO r-I 1l r-I rLo-I 1l lO LO lD lO ri ri ri ri r-I r-I \ ri \ \ r-I r-I H ri r-I \ \ \ \ \ \ Ln \ N O -- - \ \ \ \ (D O 0) 1l n 01 N 1, N N n \ \ \ \ \ \ \ \ \ \ O \ r-I N r-I r-I H N m 111 Ln 1, Ol 01 I, ri ri ri 11 r-I m a1 a1 al Ola) a) (L) N aJ al a) aJ a) aJ a) 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 C O V) y1 N VI h N N ro O 3 O O O O v 3 3 3 3 0 0 3 3 E N E E E E D O 0) to 01 00 H H m -1 lO r-I -1 m V) 4. c c o v v u E C U CL O O m N ` U w C aJ m 7 00_ baN 1a •� N UO = aJ C v Qj v C bjO O- 021 O O C m G aj E w 7 Q a '^ ^ ai �, " E E m N a, 0) p z i a `n > ? 0 0 0\' v N 0 'moi' 0 vi ? m tia 0 Q c m c v a� v v o v1 Q z %D rn 1-1 U LL. Q U cn Q to Q to r4 emi D ATTACHMENT E 41 JQ iyisaanIu�s 7 iQlm-Am J aha p fj cons o\ - Pa4 r_ a uosu o di I G I ! CI Q W " M ! �- i `0 31 ---------- ' \ dEj i 1 c Aume ma ,1 I i — IS tiamo6;uoW _ - — 1 o J it I L 3 4 �a� Bad I I ORT t II lry 1 � tE� I -II JC I a� 1 � COI it tip — 1 d se ` IAthojoa m` 11 - `� __ _ c > r- - it - > JIF p�VA 3s jaj)nS _ w a - 10 Ilr - E l r ld A a A }s)I mpkJ St II � I � � l1111, �� _'As Cl I ' " ,- L ! r e r G1 I I- �1 7 r , t i i i _ d aha — ``r? l r -.- 1 1 , I 1 yyI I ! ! lIu16JT,j�� I1 i I - c 1I , FI�II ai _ IIC 1 \ tCi i II ' ii I1� ,_ � ii I ' I -11 -_ _. I I as a�u14s r " �;I f Id So- 4l 1 ( f I - �1 - - -� r 353saJ IIIN �� ` dl I C 1 � it any��owa11 m i �i� ; � ° r �!1 !ICa I \ I , > I aA _ o I `, IC �I,� I Pu 14s\I _77- V t�� •• I T I r U. _.T IIl I Co III U) m I f r any uo;al�e� m m L. 4a as � 1 �� \ ( { �� i� � € I , W3 .J_ L� �i to t I `_1 r' _= t _ T �t�asaME Q I (I \ i ( I ! atV —rri Ir ILII ' p —, , - k DOE PROJECT BID NUMBER (Please check one) FORT WORTH MinorityMomen Business Enterprise Office LETTER OF INTENT TO PERFORM AS A SBE SUBCONTRACTOR/SUBCONSULTANT I i [NOTE: Pursuant to the City of Fort Worth Business Diversity Enterprise Ordinance, SBE firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards subcontracting participation. A Small Business Enterprise(SBE)is defined as a business concern located in the marketplace that meets the Unites States Small Business Administration definition of a small business as outlined in the code of Federal Regulation 13 CFR 121. Firms certified as a Disadvantaged Business Enterprise (DBE) also meet small business enterprise requirements.] 1. NameofProject Eastern Arlington Heights Watershed Study f 2. Name of Offeror/Prime contractor Freese and Nichols, Inc. 3. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project(where applicable specify"supply"or"install'or both): Field Surveying at the price of$ 10, 000 Gorrondona and Associates November 12 2015 (Name of SBE Firm) (Date) W.Truett Wilson Ir' I Circle one(Owner/Authorized Acien0of SBE firm)Type or Print Name (Signature of Owner or Author zed Agent of SBE firm) twilsonC)ga-inc.net O: (817)496-1424,F: (817)496-1768 (Email Address to appear on Listings provided by the MWBE Office) (Office and Fax Numbers) : 3 i AFFIDAVIT OF Offeror/Prime CONTRACTOR [ 1 HEREBY DECLARE AND AFFIRM that I, Scott Hubley am the duly authorized representative of j Circle one(Owne Authorized Agent i Freese and Nichols, Inc. and that I have personally reviewed the material and Name of Prime Contractor facts set forth in this Letter of Intent to Perform. To the best of my knowledge,information and belief, the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth Business Diversity Enterprise Ordinance, any person [entity]who makes a false or fraudulent statement in connection with participation of a SBE in any City of Fort Worth contract may be referred for debarment procedures ) under the City of Fort Worth Business Diversity Enterprise Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Prime Contractor are true and correct,and that I am authorized on behalf of the Prime Contractor to make the affidavit. Scott Hubley Freese and Nichols, Inc. Circle One(Ownerl Authorizeden Type or Print Name (Name of Prime Contractor-Print or Type) Nov 12201511:33 AM 11/12/2015 - g 7 (Signature of Owner o Authorized Agent)l (Date) r 817-735-7378 t s (Office Number) (Fax Number) s E 6/1/2012 [ DOE PROJECT BID NUMBER_____ FORT0RTH (Please check one) MinorityMomen Business Enterprise Office LETTER OF INTENT TO PERFORM AS A SBE SUSCONTRACTOR/SUECONSULTANT [NOTE: Pursuant to the City of Fart Worth Business Diversity Enterprise Ordinance, SBE firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards subcontracting participation. A Small Business Enterprise(SBE)is defined as a business concern located in the marketplace that meets the Unites States Small Business Administration definition of a small business as outlined in the code of Federal Regulation 13 CFR 121. Firms certified as a Disadvantaged Business Enterprise (DBE)also meet small business enterprise requirements.) 1. NameofProject Eastern Arlington Heights Watershed Study 2. Name of Offeror/Prime contractor Freese and Nichols, Inc. 3. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project(where applicable specify"supply or"install'or both): CCTV Condition Assessment at the price of$ 15, 000 DFW Infrastructure ` . I 15 (Name of SBE Firm) (Date Circle one w r/Authorized Agent of SBE firm)Type or Print Name (Si natu ner or Authorized Agent of SBE firm) d6onaDO A6�AMSVIAUC.Ca-1 Pit 21'1- Rd 5 (Email Address to appear on Listings provided by the MWBE Office) (Office and Fax Numbers) AFFIDAVIT OF Offeror/Prime CONTRACTOR I HEREBY DECLARE AND AFFIRM that I, Scott Hubl ey am the duly authorized representative of Circle one(Owner/Authorized Agent) Freese and Nichols, Inc, and that I have personally reviewed the material and Name of Prime Contractor facts set forth in this Letter of Intent to Perform. To the best of my knowledge, information and belief, the facts in this form are true,and no material facts have been omitted. Pursuant to the City of Fort Worth Business Diversity Enterprise Ordinance, any person [entity]who makes a false or fraudulent statement in connection with participation of a SBE in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth Business Diversity Enterprise Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Prime Contractor are true and correct,and that I am authorized on behalf of the Prime Contractor to make the affidavit. Scott Hubley Freese and Nichols, Inc. Circle One(Owned Authorized Agent)Type or Print Name (Name of Prime Contractor-Print or Type) ;:i': /'`,'•.. Nov 12 2015 11:33 AM 11/12/2015 (Signature of Owner or Authorized Agent) (Date) 817-735-7378 (Office Number) (Fax Number) 6/1/2012 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 2 Complete Nos.l-4 and 6 it there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING I Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-1116 Freese and Nichols,Inc. Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/05/2016 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or Identify the contract,and provide a description of the goods or services to be provided under the contract. SWS-061 Eastern Arlington Hts Engineering Services for SWS-061 Eastern Arlington Heights Drainage Improvements Project 4 Nature of Interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary Dillard,Kelly Fort Worth,TX United States X Hatley,Tricia Fort Worth,TX United States X New,John Fort Worth,TX United States X Payne,Jeff Fort Worth,TX United States X Haster,Thomas Fort Worth,TX United States X Nichols,Michael Fort Worth,TX United States X Lemons,Ron Fort Worth,TX United States X Pence,Robert Fort Worth,TX United States X Gooch,Thomas Fort Worth,TX United States X Herchert,Robert Fort Worth,TX United States X Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.33598 CERTIFICATE OF INTERESTED PARTIES FORM 1295 2of2 Complete Nos.1-4 and 6 If there are Interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-1116 Freese and Nichols,Inc. Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/05/2016 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract. SWS-061 Eastern Arlington Hts Engineering Services for SWS-061 Eastern Arlington Heights Drainage Improvements Project 4 Nature of interest(check applicable) Name of interested Party City,State,Country(place of business) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. 10.1.Y Slgtfkkte of authorized agent of contracting business entity AF WY 2010 Sworn o and subscribed before me,by the said GL ]U- u3 this the �t day of 20 1 t,e .,to certify which,witness my hand and seal of office. Aelic— r 2 (fir( rt idG�C 1� - ignatu fficer administering oath Print d name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.33598 City of Fort Worth, Texas Mayor and Council Communication COUNCIL.ACTION. A pproved on 2/16/2016 DATE: Tuesday, February 16, 2016 REFERENCE NO.: **C-27624 LOG NAME: 20SWMEASTERNAHDRAINAGE SUBJECT: Authorize Execution of a Professional Services Agreement with Freese & Nichols, Inc., in the Amount of $191,462.00 for the Eastern Arlington Heights Drainage Improvements Investigation (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of a Professional Services Agreement with Freese& Nichols, Inc., in an amount not to exceed $191,462.00 for the Eastern Arlington Heights Drainage Improvements Investigation, SWS-061. DISCUSSION: The Agreement recommended by this Mayor and Council Communication (M&C) will develop recommendations for flood reduction in the eastern drainage basin in the Arlington Heights neighborhood. The results of this effort will be used to coordinate neighborhood drainage improvements with the Montgomery Street Improvement Project from Camp Bowie to IH-30 as part of the 2014 Bond Program. A Request for Qualifications (RFQ) for a variety of stormwater professional services.was published in the Fort Worth Star-Telegram on May 21, 2015 and May 28, 2015. Fifty five consultants responded to the RFQ, from which Freese & Nichols, Inc., was selected as the most qualified consultant for this work based on published selection criteria. The consultant, Freese & Nichols, Inc., proposes to perform the scope of work for this contract for a not-to-exceed fee of$191,462.00. Staff considers this fee to be fair and reasonable for the anticipated services to be performed. ' This contract will not result in any additional annual operating cost for the Transportation and Public Works (TPW), Stormwater Management Division. M/WBE Office - Freese & Nichols, Inc., is in compliance with the City's BIDE Ordinance by committing to 13 percent SBE participation. The City's SBE goal on this project is 13 percent. This stormwater contract area is located in COUNCIL DISTRICT 7, Mapsco 75G and 75H. FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that budget for this project is available in the Fiscal Year 2016 Stormwater Capital Improvement Plan, as appropriated. The adopted Stormwater CIP includes an appropriation of$4,543,800.00 in the category of programmable Flooding Assessments. This specific project has a budget of$2,492,977.00. Following approval of this Mayor and Council Communication and project, a balance of$1,849,073.00 will remain in the Flooding Assessments category. I Logname: 20SWMEASTERNAHDRAINAGE Page 1 of 2 I FUND IDENTIFIERS (FIDS): TO Fund Department Accoun Project Programctivity Budget Reference # moun ID ID Year Chartfield 2 FROM LFund Department ccount Project ProgramActivity Budget Reference # Amount ID ID Year Chartfield 2 52002 020E431 5330500 100091 2016—T $191,462.00 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas W. Wiersig (6157) Additional Information Contact: Mary Hanna (5565) ATTACHMENTS 1. 52002-100091.JPG (CFW Internal) 2. Eastern Arlington Heights Drainage Improvement Investigation Requisition pdf (CFW Internal) 3. Form 1295 Certificate 2016-1116 100000143.pdf (Public) 4. SAM Search Results.pdf (CFW Internal) 5. SWS-061 SBE Contract Compliance .pdf (CFW Internal) I i e i Logname: 20SWMEASTERNAHDRAINAGE Page 2 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 2/16/2016 DATE: Tuesday, February 16, 2016 REFERENCE NO.: **C-27624 LOG NAME: 20SWMEASTERNAHDRAINAGE SUBJECT: Authorize Execution of a Professional Services Agreement with Freese & Nichols, Inc., in the Amount of $191,462.00 for the Eastern Arlington Heights Drainage Improvements Investigation (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of a Professional Services Agreement with Freese& Nichols, Inc., in an amount not to exceed $191,462.00 for the Eastern Arlington Heights Drainage Improvements Investigation, SWS-061. DISCUSSION: The Agreement recommended by this Mayor and Council Communication (M&C) will develop recommendations for flood reduction in the eastern drainage basin in the Arlington Heights neighborhood. The results of this effort will be used to coordinate neighborhood drainage improvements with the Montgomery Street Improvement Project from Camp Bowie to IH-30 as part of the 2014 Bond Program. A Request for Qualifications (RFQ) for a variety of stormwater professional services was published in the Fort Worth Star-Telegram on May 21, 2015 and May 28, 2015. Fifty five consultants responded to the RFQ, from which Freese & Nichols, Inc., was selected as the most qualified consultant for this work based on published selection criteria. The consultant, Freese & Nichols, Inc., proposes to perform the scope of work for this contract for a not-to-exceed fee of$191,462.00. Staff considers this fee to be fair and reasonable for the anticipated services to be performed. This contract will not result in any additional annual operating cost for the Transportation and Public Works (TPW), Stormwater Management Division. M/WBE Office - Freese & Nichols, Inc., is in compliance with the City's BDE Ordinance by committing to 13 percent SBE participation. The City's SBE goal on this project is 13 percent. This stormwater contract area is located in COUNCIL DISTRICT 7, Mapsco 75G and 75H. FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that budget for this project is available in the Fiscal Year 2016 Stormwater Capital Improvement Plan, as appropriated. The adopted Stormwater CIP includes an appropriation of$4,543,800.00 in the category of programmable Flooding Assessments. This specific project has a budget of$2,492,977.00. Following approval of this Mayor and Council Communication and project, a balance of$1,849,073.00 will remain in the Flooding Assessments category. Logname: 20SWMEASTERNAHDRAINAGE Page 1 of 2 FUND IDENTIFIERS (FIDS): TO Fundl Department ccoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 FROM Depa Fund rtment Account Project ProgramActivity Budget Reference # Amount ID ID Year Chartfield 2 52002 020E431 5330500 100091 2016 $191,462.00 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas W. Wiersig (6157) Additional Information Contact: Mary Hanna (5565) ATTACHMENTS 1. 52002-100091.JPG (CFW Internal) 2. Eastern Arlington Hei e Improvement Investigation Re uisition. df (CFW Internal) 3. Form 1295 Certificat 2016-1116 100000143.pdf (Public) lltcl 4. SAM Search Results.p C Internal) 5. SWS-061 SBE Contract Compliance .pd f (CFW Internal) Logname: 20SWMEASTERNAHDRAINAGE Page 2 of 2