Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 45844 (2)
n' L � _CP€ db`-'l (.O`9T ACC W9 1 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality (the "CITY"), and Baird Hampton Brown, Inc., authorized to do business in Texas, an independent contractor ("Consultant"), for a PROJECT generally described as: N. Riverside Drive from N. Tarrant Parkway to Old Denton Road Article I 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 N. Riverside Drive Reconstruction and Widening from N. Tarrant Parkway, south approximately one mile, to Old Denton Road. (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 $1,000,000 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 PMO Official Release Date: 1/28/2013 Page 1 of 8 OFFICIAL Er© RD CITY SECRE lThtE �, VECEIVE it 20VI F'Towfp i9 4./,�c__. Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of four years, 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 PMO Official Release Date: 1/28/2013 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 & Public Works, Attention: Mr Michael Weiss, PE, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d 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 PMO Official Release Date: 1/28/2013 Page 3 of 8 e. 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. 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. h. City shall not be responsible for the direct payment of insurance premium costs for Consultant s insurance. i. 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. J• 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. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. 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 PMO Official Release Date: 1/28/2013 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 PMO Official Release Date: 1/28/2013 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. 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 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 City o Fort Worth, Texas Standard Agreement for Professional Services PMO Official Release Date: 1/28/2013 Page 6 of 8 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 Transportation/ Public Works Department Attn: Mr. Michael Weiss, PE 1000 Throckmorton Street Fort Worth, Texas 76102 Consultant: Baird, Hampton & Brown, Inc. Attn: Konstantine Bakintas, PE 4550 SH 360, Ste. 180 Grapevine, TX 76051 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 PMO Official Release Date: 1/28/2013 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 / day of -dui , 2014. BY: CITY OF FORT WORTH Fernando Costa Assistant City Manager Date: S// /�/4 APPROVAL RECOMMENDED: By. Doug . Wiersig, Ph.D., .E. Director, Transportation & Public Works BY: ENGINEER Baird, Hampton & Brown, Inc. Konstantine BakI,itaa; rt. President Date: la a%\' APPROVED AS TO FORM AND LEGALITY MC No.: C-26833 By: de s- Y 6,40, t erPI.a1 Assistant City Attorney ATTEST: Mary J. Ka City Secretary City of Fort Worth, Texas Standard Agreement for Professional Services PMO Official Release Date: 1/28/2013 Page 8of8 M&C Date: 06/10/14 OFFICIAL RECORD' CITY SECRETARY - FT. WORTH, TX ATTACHMENT "A" DESIGN SERVICES Scope for Engineering Design and Construction Phase Services N. RIVERSIDE DRIVE from N. Tarrant Parkway, south approximately one mile to Old Denton Road City Project No. 02272 The scope set forth herein defines the contemplated work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The objective of this Task Order Agreement is to complete the construction plans for North Riverside Drive from North Tarrant Parkway to Old Denton Road as a four -lane divided arterial street. Work under this Task Order Agreement includes, but is not limited to project management, feasibility study for modern roundabouts, data collection, topographic survey, SUE, geotechnical investigation, right-of-way documentation, operational analysis, conceptual, preliminary, and final design plans, specifications, and estimates, and additional task orders as necessary to accomplish this objective. WORK TO BE PERFORMED ENGINEER hereby agrees to provide services on a Task Order basis as may be directed by the CITY. All work under this agreement will be performed on a Task Order basis. The CITY will request services for each Task Order individually and independently The ENGINEER shall prepare scope fee and schedule to perform the services requested by each Task Order within 10 working days of the CITY'S request. Each Task Order shall include a detailed scope of services as Attachment "A". This scope of services will outline tasks required to complete the Task Order. The scope shall include a detailed description of each task, outline any assumptions and list the required deliverables. Each Task Order shall include Attachment "B", detailing the compensation for the Task Order. Compensation will be based upon hours and labor costs agreed upon by the CITY and the ENGINEER for each Task Order. Compensation will be based on the Schedule of Rates in Attachment "B" of this agreement The fee will include an estimate of reimbursable and sub -consultant cost for each Task Order. Compensation for each Task Order shall be based upon the agreed upon not -to -exceed fee and paid via invoiced amount. If the Task Order requires a schedule it shall be attached as Attachment "D". City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 1 ATTACHMENT B COMPENSATION Design Services for N. RIVERSIDE DRIVE from N. Tarrant Parkway, south approximately one mile to Old Denton Road City Project No. 02272 I. Compensation a. The ENGINEER shall be compensated for personnel time, non -labor expenses, and subcontract expenses in performing services for Task Orders up to $1,000,000.00 unless amended. CITY and ENGINEER will agree upon compensation for each Task Order prior to starting work. Each Task Order shall be Lump Sum. i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Cateaory Rate for the ENGINEER's team member performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. LABOR CATEGORY RATE ($/HOUR) P roject Director $195 P roject Manager $150 S r. Project Engineer $135 P roject Engineer $100 Landscape Architect $100 Graduate Engineer $85 GIS/CADD $65 Administrative $50 II. Non -Labor Expenses. Non -labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (Non -labor) include, but are not limited to, mileage, travel and lodging, expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. III. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION IV. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased ENGINEER S excess costs expended prior to such increase will be allowable to the same extent as is such costs had been incurred after the approved increase. The Engineer shall be paid monthly payments as described in Section II — Method of Payment. II. Method of Payment a. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. b. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER c. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. d. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports a. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 2 of 4 B-2 IV. ATTACHMENT B COMPENSATION A Summary of Task Order Fees shall accompany each Task Order. Summary of Total Project Fees Firm P rime Consultant Baird, Hampton & Brown Inc. P rimary Responsibility P roject Management & Engineering P roposed MBE/SBE Sub -Consultants ANA Consultants ANA (The Rios Group) Savant Globe S urveying Services S ubsurface Utility Engineering Traffic Study Geotechnical Investigation N on-MBE/SBE Consultants BDA Accessibility TDLR Review & Inspection Additional Task Orders Project Number & Name 02272 — N. Riverside Drive Anticipated Design Scope 02272 — N Riverside Drive - w/Additional Task Orders City MBE/SBE Goal = 20% City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 3 of 4 TOTAL Total Fee $ 729,955.00 $1, 000, 000.00 Fee Amount 560,696.25 39, 050.00 75, 560.00 39, 800.00 13, 873.75 975.00 $729,955.00 $270, 045.00 MBE/SBE Fee $ 168,283.75 $ 200,000.00 76.81 5.35 10.35 5.45 1.90 0.13 100% MBE/SBE 23% 20% Consultant Committed Goal = 20% B-3 Task No. Task Description Rate 1.0 Project Management 1.1 Managing the'eam 1.1.1 Bi-Montly Internal Team Meetings 1.1.2 QA/QC 1.2 Communications and Reporting 1.2.1 Pre -Design Coordination Meeting 1.2.2 Monthly Project Update Meetings (N/Aq 1.2.3 Design'ubmittal Review Meetings (3 Total) 1.2.4 Prepare Baseline Schedule 1.2.5 Prepare Monthly Progress Reports with Schedule 1.2.6 Prepare Monthly MBE/SBE Reports 1.2.7 Invoicing 2.0 Conceptual Design (30-Percent) 2.1 Data Collection Traffic Study (TMC, Analyses & Forecasts) 2.2 Drainace Computations and Drainage Area Map 2.3 Des 9,11 Drawings Survey & ROW Plan (3 Shts.) Boulevard Layout Plan (13 Shts.) Roundabout Plans (3) Parkway & Median eeding , Sodding & Trees Summary and Recommendation 2.4 Project Decision & Change Log 2.5 Construction Estimate 2.6 Public Meeting (at 30%) 4 3.0 Preliminan{Design (60 Percent) 3.1 Preliminary Design Drawings Protect Layout & Control Plans Blvd. P&P Drawings (13 Shts. Drainage Plans & Profiles (24 Shts.) Water & Sewer Adjustments Signnin9 & Markings (25 Shts.) Roundabout at Summerfields (4 Shts.) Roundabout at Thompson (4 Shts.) Roundabout at N. Tarrant 14 Shts. Roadway Cross -Sections (18 Shts. Erosion Control Plans & Details Seed, Sod & Trees Plan & Irrigation Plan Street Lighting Plans 3.2 Geotechnical Investigation/Pavement Design 3.3 Constructability Review 3.4 Public Meeting (N/A) Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for N. Riverside Drive (N. Tarrant Parkway to Old Denton Road) City Project No. 02272 Project Director $195 77 60 4 9 4 46 4� 4) 4 2� 6 2 8 2) 4) 4 64 46 2 8 2 6 4 4 6 2 2 2, 2 Project Manager $150 99 40 6 12 6 15 20 Sr. PE $135 12 Labor (hours) PE $100 12 RLA $100 0 EIT $85 20 CADD $65 16 Admin. $50 Total Labor Cost 22 $36,525 6 2 4 6 2 4 16 16 4 4 2 1C 120 16 12 12, 64) 4 2$ 4 24 4� 4 192 152 8 24 24) 1E 12 12 16 24 4 4 4 4 921 521 8 16 8 8 16 24 40 8 16 24 8 8 12 4 4 12 4 4 1921 2601 144 240 8 8 16 24 16 40 $ 8 16 24 16 24 16 24 20 36 16 24 4 12 8 16 4 241 1961 1761 24 60 40 24 84 88 16 60 24 24 24 24 24 24. 40 8 401 5161 5401 40 468 476 24 16 60 80 80 60 16 16 40 40 40 32 40 32 60 32 60 80 24 24 40 40 24 24 $21,710 $0 $2,590 $0 $4,495 $1,680 $2,550 3,500 Expense Subconsultant MWBE I Non-MWBE $0 $0 Travel $100 Repro- duction $0 $50 $50 l $75\290 $7,900 $4,460, $14,840 4 $35\140I $3,370 $15,990 $7850 $4,950 4 $7,380_ $1,530 8 640 2,7$0 8! 176 560 8 $150'30I $6.550 $19,240 2 $22,120 $5,270 1 $14,180 $12,620- $12,620 $17,050 $19,240 1 $6,38C' 2 $7,69C' 2 $7,370 $1,530 $3,84 $0 $39,8001 $01 $39,800 Total Expense Cost $100 $0 $50 $0 $50 $I $0 $0 $350) $700 $40,850 $150 $250 $400 $39,800 $100 $100 $300 $300 $13,8741 $01 $13,874 Task Sub Total $36,625 $21,710 $2,640 $0 $4,545 $1,680 $2,550 $3,500 $116,140 $8,300 $44,260 $14,940 $35,440 $0 $1,530 5100 $150 $250 $3,030 $1001 $6001 $14,574 $191,134 $600 $600� $150,930 $50 $50 $13,924 $50 $0 $15,454 $3,890 $0 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 1 of 3 Task No. Task Description 3.5 Utility Clearance 3.6 Traffic Control Plan 3.7 Project Decision & Change Log 3.8 Construction Estimate 4.0 Final Design 4.1 Final Draft (90%) Construction Plans and Project Layout & Control Plans Blvd. P&P Drawings (13 Shts.) Draina_ a Plans & Profiles (24 hts.) Water & Sewer Adjustments Signning & Markings (25 Shts._ Roundabout at Summerfields (4 Shts.) Roundabout at Thompson (4 Shts.) Roundabout at N. Tarrant /4 Shts. Roadway Cross -Sections (18 Shts. Erosion Control Plans & Details Seed, Sod & Trees Plan & Irrigation Plan Street Lighting Plans Public Meeting (at 90%) 4.2 Final (100%) Plans and Specifications Project LaXout & Control Plans Blvd. P&P Drawings (13 Shts. Drainage Plans & Profiles (24 hts.) Water & Sewer Adjustments Signning & Markings (25 Shts. Roundabout at Summerfields (4 Shts.) Roundabout at Thompson (4 Shts.) Roundabout at N. Tarrant /4 Shts Roadway Cross -Sections (18 Shts. Erosion Control Plans & Details Seed, Sod & Trees Plan & Irrigation Plan Street Lighting Plans 4.3 Project Decision & change Logs (90% and 100%) Leson's Learned Exhibits 4.4 Construction Estimates (90% and 100%) 5.0 .Bid Phase 5.1 Bid Support 5.1.1 Sell Contract Documents and Maintain Plan Holders List 5.1.2 Issue Addenda 5.1.3 Attend Pre -bid Conference 5.1.4 Attend Bid Openini 5.1.5 Tabulate Bids and Recommend Award 5.1.6 Issue Conformed Contract Documents 6.0 Construction Phase Services 6.1 Construction Support 6.1.1 Attend Preconstruction Conference 6.1.2 Attend (1) Public Meeting 6.1.3 Project Site Visits (6 Total) Project Director Rate $195 2 2 2 67 Specificatior 42 2 4 6 4 2 4 6 2 2 2 4 22 2 1 2 2 2 2 1 2 2 9 2 36 2 Project Manager $150 8 8, 4 1 180 104 8 16 12 4 12 8 18 1� 2 4 4J 64) Labor (hours) Sr. PE PE RLA $135 $100 $100 EIT I CADD $85 $65 Total Labor Admin. Cost $50 8 12 12 8 8 8 24 32 24 32 12 8 8 4 6 2 4 2 32 4 4 4 16 69 1481 2741 321 3771 4081 88 156 24 261 264 4 8 21 12 8 12 40 60 20 40 40 46 4 4 8 8 8 16 24 24 8 16 24 16 8 16 24 16 8 16 24 16 8 16 40 32 4 4 8 8 24 24 8 8 8 8 4 16 16 48 114 8 100 120 4 4 4 8 4 12 16 16 8 16 16 16 2 2 8 8 4 16 8 16 4 16 8 8 4 16 8 8 4 16 12 12 4 16 16 16 2 4 8 4 8 4 4 8 2 $2,670 $8\530 $2,070 $7,590 12, $149,810 8 $93,415 $5,495- $12,76C 2 $15,770 $3,130 1 $8,910 $7.740 $7,740 $8,730 $11,340 1 $2,880 $4,750 2 $4,170 $4,320I 4 $48,875 $2,79C' $6,33C' $6,720 $2,165. ( $5,500 $4,330 $4.330 $5,530 $5,830 $1.025 1 $1,605 1 $2,720 $2,070 $1,480 $5,450 4 8 16 24 201 161 01 121 121 12 8 4 8 16 12 12 4 4 4 58 3, 4) 24 16 24 i 8 0 24 54 2 9 2 $13,255 Expense Subconsultant MWBE Non-MWBE Travel Total Repro- Expense duction Cost $0 $0 $0 $0 $01 $01 $1001 $1,4501 $1,550 $600 $600 $0 $2,270 $1,380 $600, $1 \535 $7,470 $33,600 $1 035 $110 $9,000 $100 $250 $600 $01 $01 $751 $1,800 $0 $0 $50 $25 $700 $50 $100 $500 $1,800 $1,800 Task Sub Total $2,670 $8,530 $2,070 $7,590 $151,360 $94,015 $350I $4,6701 $600 $49,475 $0 $2,070 $0 $1,480 $ $5,450 $1,875 $15,130 $0 $0 $0 $2,270 $50 $1,430 $25 $625 $0 $1,535 $1,800 $9,270 $2,500 $36,100 $50 $1,085 $100 $1,610 $500 $9,500 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 2 of 3 Task No. Task Description Rate 6.1.4 Submittal Reviews (6 Total) 6.1.5 Request for Information f 6 Total) Change Orders (4 Total 6.1.6 Final Walk Through and unch List 6.2 Record Drawings 7.0 ROW/Easement Services 7.1 Right -of -Way Research 7.2 Right-of-Way/Easement Preparation 14 Parcels) 7.3 Temporary Right of Entry Submittal (ROEs) 8.0 "Survey 8.1 -Design Survey 8.2 Subsurface Utility Engineering (Level B1 8.3 Limited SUE Level A (w/10 Shallow & 20 Deep) 8.4 Temporary Right of Entn(to Survey 8.5 Construction Survey (by Others) 1 9.0 Permitting 9.1 SWPPP 9.2 Environmental Services (N/A) Urban Forestry Plan for Constr. Laydown Areas) 9.3 Floodplain Services (N/A) 9.4 TxDOT (N/A) 9.5 Railroad (N/A) 9.6 TDLRJRegjstration, Review & Inspection) 9.7 City of Fort Worth Parks Conversion (N/A) I otals Project Project Director Manager $195 $150 8 16 2 6 2� 8 4 4 1 4 5 2 2 1 7 1 2 2 2 12 8 2 2 323 Labor (hours) Sr. PE PE RLA EIT $135 $100 $100 $85 CADD $65 Admin. $50 16 1 6 12 1 8 4 16 1 4 12 12 24 24 Total Labor Cost $6,170 $2 930 $4160 $1,580 $7.215 48 4 0 0 0 241 28 $11,675 16 $2,790 16 $3,530 16 $5,355 4 24 4 24 201 14 4 0 26 48 2 8 4 8 16 12 4 24 16 2 2 24 8 30 481 281 01 561 761 1 2 8 790 16 24 40 60 16 4 8 8 16 8 8 1 5881 6701 961 12271 13541 120 Expense Subconsultant Travel MWBE Non-MWBE $16,800 $16,800 $13,185 $97,810 $1,315 $22,250 $2,030 $52,110 $6,690 $23,450 $2,630/ $520 5.870 6,420 $0 4.450 $0 $0 Total Repro- Expense duction Cost $50 $1,800 $25 $100 $25 $100 $75 $25 $25 $50 $25 $0 $0 $0 $50 $1,800 $16,925 $0 $16,800 $125 $97,910 $22,275 $52,110 $23,500 $25 $0 $2 $0I $9751 $01 $0 $975 $1 $0 $0 $ $0 $0 o $6 $0 $0 $5.000 $975 $975 $0 $0 $535,770 $168,2841 $9751 $1,5251 $6,4711 $177,259 Task Sub Total $6,170 $2,930 $4,160 $1,630 $9,015 $28,600 $2,790 $20,330 $5,480 $111,095 $23,590 $54,140 $30,190 $2,655 $520 $26,845 $16,420 $0 $4,450 $0 $0 $0 $5,975 $0 $713,029 Project Summary Total Hours 5,168 Total Labor $535,770 Total Expense $177,259 MBE/SBE Subconsultant $168,284 Non-MBE/SBE Subconsultant $975 10% Sub Markup $16,926 1 MBE/SBE Participation 23.1% Total Project Cost $729,955 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 3 of 3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 4 of 4 Professional Services Payment Request Project: City Project #: City Sec Number: Purchase Order #: Project Manager: 'Michael Weiss, PE N. Riverside Drive (N. Tarrant to Old Denton) 02272 Company Name: !Baird, Hampton & Brown, Inc. Consultant's PM: Vendor Invoice #: Payment Request #: From Date: To Date: Invoice Date: Sheet Work Type 1 Work Type 2 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Konstantine Bakintas, PE 114.706.00-X Inception email: Office Address Telephone: Consultant Instructions: Summary Fill in green cells including Invoice Number, From and To Dates and the included worksheets. When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folder within Project's folder. kbna bhbinc.com 4550 SH 360, Ste. 180, Grapevine, TX 76051 817-251-8550 x301 Fax: 817-251-8810 Remit Address16300 Ridglea Place, Ste. 700, Fort Worth, TX 76116 FAC and Work Type Description Totals This Payment Request LOCK UNLOCK Agreement Agreement Amendment Amount to Completed Percent ($) Invoiced Current Remaining Amount Amount Date Amount Completed Previously Invoice Balance $729,955.00 $729,955.00 $729,955.00 $729,955.00 $729,955.00 $729,955.00 Overall Percentage Complete: Professional Services Payment Request Project: City Project #: Work Type Desc: F/A/C: City Sec Number: Purchase Order: Company Name: Consultant's PM: Vendor Invoice #: Payment Request #: From Date: To Date: Invoice Date: Pay Items 51 - Preliminary Survey 32 - Geotech Report 33 - Other Reimbursibles 31 - Conceptual Design 32 - Preliminary Design 33 - Final Design 85 - Construction Services Project Manager: Michael Weiss, PE N. Riverside Drive (N. Tarrant to Old Denton) 02272 Baird, Hampton & Brown, Inc. Konstantine Bakintas, PE 14.706.00-X Inception Description Consultant Instructions: Fill in green cells including Percent Complete and Invoiced Previously Quanities When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folder within Project's folder. email: kb@bhbinc.com Office Address:4550 SH 360, Ste. 180, Grapevine, TX 76051 Telephone: 817-251-8550 x301 Fax: 817-251-8810 Remit 6300 Ridglea Place, Ste. 700, Fort Worth, TX 76116 Design Survey & SUE by ANA Geotech Investigation by GLOBE Traffic Study by SAVANT Concept Design Report PS&E PS&E Bid & Constr. Phase Services Totals This Unit: Agreement Amendment Amount Number $114,610.00 $13,873.75 $39,800.00 $127,610.00 $214,385.00 $168,446.25 $51,230.00 Amendment Amount Agreement Amount to Date $114,610.00 $13,873.75 $39,800.00 $127,610.00 $214,385.00 $168,446.25 $51,230.00 $729,955.00 $729,955.00 Overall Percentage Complete: Completed Amount Percent Completed r ($) Invoiced Current Previously Invoice Remaining Balance $114,610.00 $13,873.75 $39,800.00 $127,610.00 $214,385.00 $168,446.25 $51,230.00 $729,955.00 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for N. RIVERSIDE DRIVE from N. Tarrant Parkway, south approximately one mile to Old Denton Road City Project No. 02272 <List any changes to the Standard Agreement> City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page 1 of 1 Consulting Contract Schedule Specifications City of Fort Worth Capital Improvement Program FORT WORTH Attachment D — Project Schedule This PROTECT requires a Tier << » schedule as defined herein and in the Citii's Schedule Guidance Document. D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described m this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: Primavera (Version 6.1 or later or approved by CITY) Primavera Contractor (Version 6.1 or later or approved by CITY) Microsoft Project (Version 2003/2007 or later or approved by CITY)(PHASING OUT) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice -to -proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT s understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on GITY comments, if any, and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY s Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks, subtasks and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities, key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should mclude appropriate meetings, review periods, critical decision points, including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also mclude a concise schedule narrative that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CI l'Y should be aware of or can assist with, City of Fort Worth, Texas Attachment D PMO Release Date: 02.15.2011 Page 1 of 2 • Other schedule -related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomphshed falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INS I'RUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMIT AL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. City of Fort Worth, Texas Attachment D PMO Release Date: 02.15.2011 Page 2of2 N. Riverside Drive Schedule_July'14 ID 1 2 3 4 5 6 8 Task Name 9 13 14 15 16 17 18 19 20 21 22 23 24 --- 26 27 -- 28--- 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 N. Riverside Drive Reconstruction & Widening Design Pre -Engineering Services Research & Data Collection Coordination w/Others & Utilities Geotechnical Investigation (Globe) Topographic & ROW Surveys (ANA) Subsurface Utility Engineering (ANA & Rios Traffic Study (Savant) Construction Plans Conceptual Design Concept Roadway Alignment Plans Conceptual Draiange Analysis Parkway & Median Improvements Typical Roadway Cross -Sections Conceptual Utility Adjustments Prepare ROW & Easement Docs. Prepare Concept Design Report Submit Concept Report City Review & Comment ROW & Easement Acquisition Neighborhood (Concept Design) Meetin Preliminary Engineering Incorporate Concept Review Comments Preliminary Roadway Plan & Profile Preliminary Storm Drain System Water & Sanitary Sewer Adjustments Striping & Signange Roundabout Lighting Analysis Roadway Cross -Sections Preliminary Contract Documents & Spec Submit Preliminary Plans, Specs. & Esti City Review & Comment Franchise Utility Relocations Final Engineering Incorporate Concept Review Comments Subsurface Utiltiy Engineering (SUE Le' Final Construction Plans Final Contract Documents & Specificatic Submit Final Plans, Specs. & Estimate City Review & Comment Neighborhood (Final Design) Meeting Construction Construction Assistance Prepare & Submit Bid Documents Provide Bidding Assistance Award Project & Issue NTP Pre -Construction Meeting Neighborhood Meeting Construct Drainage Improvements 47 48 49 50 51 52 53 Duration 890 days 300 days 45 days 5 days 15 days 20 days 20 days 25 days 45 days 270 days 170 days 15 days 10 days 10 days 5 days 10 days 10 days 20 days 0 days 15 days 120 days 10 days 220 days 10 days 20 days 15 days 15 days 15 days 10 days 15 days 10 days 0 days 15 days 120 days 75 days 10 days 15 days 40 days 10 days 0 days 15 days 10 days 655 days 105 days 15 days 30 days 45 days 10 days 10 days 550 days Start Mon 8/4/14 Mon 8/4/14 Mon 8/4/14 Mon 8/4/14 Mon 8/11/14 Mon 8/11/14 Mon 8/11/14 Mon 8/11/14 Mon 8/4/14 Mon 9/15/14 Mon 9/15/14 Mon 9/15/14 Mon 10/6/14 Mon 10/6/14 Mon 10/6/14 Mon 10/13/14 Mon 10/13/14 Mon 10/6/14 Fri 10/31/14 Mon 11/3/14 Mon 11/24/14 Mon 11/10/14 Mon 11/24/14 Mon 11/24/14 Mon 12/8/14 Mon 1/5/15 Mon 1/19/15 Mon 1/5/15 Mon 1/12/15 Mon 1/5/15 Mon 2/9/15 Fri 2/20/15 Mon 2/23/15 Mon 4/13/15 Mon 3/16/15 Mon 3/16/15 Mon 3/16/15 Mon 3/30/15 Mon 5/25/15 Fri 6/5/15 Mon 6/8/15 Mon 6/15/15 Mon 6/29/15 Mon 6/29/15 Mon 6/29/15 Mon 7/20/15 Mon 8/31/15 Mon 11/2/15 Mon 11/9/15 Mon 11/23/15 Project: N. Riverside Drive Schedule_. Date: Thu 7/17/14 Task Split Finish Fri 12/29/17 Fri 9/25/15 Fri 10/3/14 Fri 8/8/14 Fri 8/29/14 Fri 9/5/14 Fri 9/5/14 Fri 9/12/14 Fri 10/3/14 Fri 9/25/15 Fri 5/8/15 Fri 10/3/14 Fri 10/17/14 Fri 10/17/14 Fri 10/10/14 Fri 10/24/14 Fri 10/24/14 Fri 10/31/14 Fri 10/31/14 Fri 11/21/14 Fri 5/8/15 Fri 11/21/14 Fri 9/25/15 Fri 12/5/14 Fri 1 /2/15 Fri 1/23/15 Fri 2/6/15 Fri 1/23/15 Fri 1/23/15 Fri 1/23/15 Fri 2/20/15 Fri 2/20/15 Fri 3/13/15 Fri 9/25/15 Fri 6/26/15 Fri 3/27/15 Fri 4/3/15 Fri 5/22/15 Fri 6/5/15 Fri 6/5/15 Fri 6/26/15 Fri 6/26/15 Fri 12/29/17 Fri 11/20/15 Fri 7/17/15 Fri 8/28/15 Fri 10/30/15 Fri 11/13/15 Fri 11/20/15 Fri 12/29/17 Progress Milestone • BAIRD, HAMPTON & BROWN, INC. Engineering & Surveying www.bhbinc.com N. Riverside Drive (Old Denton to N. Tarrant Pkwy.) Schedule - July '14 12015 12016 3rd Quarter 4th Quarter 11st Quarter 2nd Quarter 13rd Quarter i 4th Quarter 11st Quarter 12nd Quarter 3rd Quarter Jul IAua ISeo Oct INoviDec Jan IFeblMar I Aor iMaylJun 1 Jul I,AurilSepl Oct INovIDeclJan IFeblMarAor)MavlJun I Jul iAualSeo 11' 9111O Summary Project Summary Page 1 4r -'1 --- i„ • External Tasks ' 2 External Milestone O Deadline 12017 4th Quarter 11st Quarter i 2nd Quarter i 3rd Quarter Oct iNovIDeciJan `FebIMar iAorlMay:Jun I Jul IAuoISeo 11•.1 . 011 . . Y 611 IS .1 .1 . . I110 10S1.• Mill 0.01 Thu 7/17/14 12018 4th Quarter 1stQ Oct INovIDeclJan 1F I. 11 1 .. I ATTACHMENT "E" PROJECT LOCATION MAP N. RIVERSIDE DRIVE from N. Tarrant Parkway, south approximately one mile to Old Denton Road City Project No. 02272 set j a0 a6pt8 CORPUF �t S.N fir: ,r, • MAPSO 35G-L, Council District 4 0,0 to is rAo'lterra 1�III N. Riverside Drive from N. Tarrant Pkwy. ("'io Old Denton Road he I lome Depot Google pu uoluaa PIO • 7 c Steel St • Lead Cir 0 w • , I 1 i r o t 0 u> cc to cc C ir?,. � r� Jenny Lz Tupelo Trait - , 1-ossile Bulle Dr N Tarrant Pkwy Thompson rid -Stimmerfields (3I $=atom C;it et iWin kle Dr ?,inter Birch tid ‘Auckleberry Dr - 1 City of Fort Worth, Texas Attachment E Page 1of1 M&C Review Page 1 of 2 DATE: CODE: SUBJECT: Official site of the City of Fort Worth, Texas FORT WORTii COUNCIL ACTION: Approved on 6/10/2014 - Ordinance No. 21292-06-2014 6/10/2014 REFERENCE NO.: C-26833 C TYPE: NON - CONSENT LOG NAME: PUBLIC HEARING 20N RIVERSIDE DESIGN 02272 NO Authorize Execution of an Engineering Services Agreement with Baird Hampton & Brown Inc., in an Amount Not to Exceed $1,000,000.00 for the Design of North Riverside Drive from North Tarrant Parkway to Old Denton Road and Adopt Appropriation Ordinance (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the 2014 Bond Program Fund in the amount of $1,000,000.00; and 2. Authorize the execution of an Engineering Services Agreement with Baird, Hampton & Brown, Inc., in an amount not to exceed $1,000,000.00 for the design of North Riverside Drive from North Tarrant Parkway to Old Denton Road. DISCUSSION: This Agreement for professional services will provide for task ordered engineering services for the design of North Riverside Drive from North Tarrant Parkway to Old Denton Road as a four -lane divided arterial roadway. Two new travel lanes will be constructed on the west side of the existing roadway, the existing pavement on the east half will be rehabilitated or replaced, and turn lanes, median openings, sidewalks streetlights, and traffic signals or roundabouts will be provided. This project will also provide for storm drainage, bike lanes and sidewalks as necessary to improve overall connectivity. Each task order will be negotiated based upon the anticipated scope of services. The total cost of all task orders performed by Baird, Hampton & Brown, Inc., will not exceed $1,000,000.00. Staff considers this cost to be fair and reasonable for the scope of services to be performed. M/WBE Office — Baird, Hampton & Brown, Inc. is in compliance with the City's BDE Ordinance by committing to 20 percent SBE participation on this project. The City s SBE goal on this project is 20 percent. This project is included in the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official intent to reimburse that was adopted as part of the ordinance canvassing the bond election Ordinance 21241-05- 2014. This project is located in COUNCIL DISTRICT 4, Mapsco 35G, 35L and 35Q. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the General Fund to pay expenses which will be incurred on this contract until reimbursement can occur from the issuance of public securities. http://www.fortworthgov.org/counciLpacket/mc_review.asp?1D... 6/1 1/2014 M&C Review Page 2 of 2 TO Fund/Account/Centers 11 C210 485214 204230227230 $1.000,000.00 1) C210 531200 204230227230 $1.000.000.00 FROM Fund/Account/Centers 2) C210 531200 204230227230 $1.000.000.00 Submitted for Citv Manager's Office bv: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Mike Weiss (8485) ATTACHMENTS 20N RIVERSIDE DESIGN 02272 MAP.pdf 20N RIVERSIDE DESIGN A014.doc http://www.fortworthgov.org/council packet/mc_review.asp?ID.., 6/11/2014 MAYOR AND COUNCIL COMMUNICATION MAP 20N RIVERSIDE DESIGN 02272 e 0 2,500 5,000 PAR; [411 OJAZ L TT I 93 oin • RANCH'S Ili! 54� : -= f % ? t.l 1. . LANCAST • NOTH RIVERSIDE RE (NORTH TARRANTDPARKWAYTO OL DENTON ROAD) Tr I ROCK •-` - WHITEIlf r =11=1 %�l SETTM LEENT--Li I -1 -1I1-1) t ‘ .111 -17 (�x11-1J LIIci� Lii-i1 1 V- -- sritc JkSTM 1(t j:Sy L11.i :- 11111 SU NMERFIELDStI_. . -�_ -rl W, _ G:6ERbY- q �, BASSWOOD (. I tt 11 1 ,V,ItCK ER Y Ifl►t!, -r-. [Vtuu crc 1 5�, ai _Clot 14 H!I WATAUGA 7 _,e, 1- 11_ 1»L11.11I( M 1� fi ` O _Thue. 1STII}i� a1,t� 1ST I) % f�i a a 0 r al'r f 1/I t 1 VIEW(( \ tit „ I 1 Copytghl 2014 CV of Fort Watilt tin.vhorkld npnduclbnis s viol *ton of.pplubk ions. TN. p•.duc 11,1sr bform.lbn,I purpoi.$ end MAY n.I hayt bon prtpar.dtSr or b..ubbl. far hest, .rpb..rbp, .f surv.,tng pbposn d doss nal..pvstnlan.nhsatoundsun.Y and npr.snbon,/lh. appresbnab Mafia bcalon of / OFtai bounds d.. The CIH o1 rot Woith at sums no so ponv bWY for ha acaaacy of said dab CITY PROJECT# 02272 Ordinance No. AN ORDINANCE INCREASING THE ESTIMATED RECEIPTS AND APPROPRIATIONS IN THE 2014 BOND PROGRAM FUND IN THE AMOUNT OF $1,000 000.00 FROM AVAILABLE FUNDS, FOR THE PURPOSE OF THE DESIGN OF NORTH RIVERSIDE DRIVE FROM NORTH TARRANT PARKWAY TO OLD DENTON ROAD; PROVIDING FOR A SEVERABILITY CLAUSE; MAKING THIS ORDINANCE CUMULATIVE OF PRIOR ORDINANCES; REPEALING ALL ORDINANCES IN CONFLICT HEREWITH AND PROVIDING AN EFFECTIVE DATE BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS: SECTION 1. That in addition to those amounts allocated to the various City departments for Fiscal Year 2013-2014 in the Budget of the City Manager, there shall also be increased estimated receipts and appropriations in the 2014 Bond Program Fund in the amount of $1 000,000,00, from available funds, for the purpose of the design of North Riverside Drive from North Tarrant Parkway to Old Denton Road. SECTION 2. That should any portion, section or part of a section of this ordinance be declared invalid, inoperative or void for any reason by a court of competent jurisdiction, such decision opinion or judgment shall in no way impair the remaining portions, sections, or parts of sections of this ordinance, which said remaining provisions shall be and remain in full force and effect. SECTION 3. That this ordinance shall be cumulative of Ordinance No. 20952-09-2013 and all other ordinances and appropriations amending the same except in those instances where the provisions of this ordinance are in direct conflict with such other ordinances and appropriations, in which instance said conflicting provisions of said prior ordinances and appropriations are hereby expressly repealed. SECTION 4. This ordinance shall take effect upon adoption. APPROVED AS TO FORM AND LEGALITY: CITY SECRETARY Assistant City Attorney Mary J. Kayser ADOPTED AND EFFECTIVE: