HomeMy WebLinkAboutContract 40850C.
CITY SECRETARY L\t)
CITY OF FORT WORTH, TEXAS CONTRACT NO. ~5 0
STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES
This AGREEMENT is between the City of Fort Worth, a home-rule municipal
corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas (the "CITY"), and
Jacobs Engineering Group, Inc., (the "ENGINEER"), for a PROJECT generally described as:
Eastern Hills Drainage Improvements.
Article I
Scope of Services
A. The Scope of Services is set forth in Attachment A.
Article II
Compensation
A. The ENGINEER's compensation is set forth in Attachment B.
Article Ill
Terms of Payment
Payments to the ENGINEER will be made as follows:
A. Invoice and Payment
(1) The Engineer shall provide the City sufficient documentation, including but not
limited to meeting the requirements set forth in Attachment D to this
AGREEMENT, to reasonably substantiate the invoices.
(2) The ENGINEER will issue monthly invoices for all work performed under this
AGREEMENT. Invoices are due and payable within 30 days of receipt.
(3) Upon completion of services enumerated in Article I, the final payment of any
balance will be due within 30 days of receipt of the final invoice.
(4) In the event of a disputed or contested billing , only that portion so contested will
be withheld from payment, and the undisputed portion will be paid. The CITY
will exercise reasonableness in contesting any bill or portion thereof. No
interest will accrue on any contested port ion of the billing until mutually
resolved .
(5) If the CITY fails to make payment in full to ENGINEER for billings contested in
good faith within 60 days of the amount due, the ENGINEER may , after giving
7 days' written notice to CITY, suspend services under this AGREEMENT until
City of Fort Worth , Texa s
Standard Agree ment for En gi nee rin g Related De sign Services
PMO Official Release Date: 5.19 .20 10
Page 1 of 15
.. 'i
paid in full. In the event of suspension of services , the ENGINEER shall have
no liability to CITY for delays or damages caused the CITY because of such
suspension of services .
Article IV
Obligations of the Engineer
Amendments to Article IV , if any , are included in Attachment C.
A . General
The ENGINEER will serve as the CITY's professional engineering
representative under this Agreement , providing professional engineering
consultation and advice and furnishing customary services incidental thereto.
B. Standard of Care
The standard of care applicable to the ENGINEER 's services will be the degree
of skill and diligence normally employed in the State of Texas by professional
engineers or consultants performing the same or similar services at the time
such services are performed.
C. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys , tests , test borings , or othe r
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise the
CITY concerning the results of same. Such surveys , tests , and
investigations shall be furnished by the CITY , unless otherwise specified
in Attachment A.
(2) In soils, foundation, groundwater, and other subsurface investigations ,
the actual characteristics may vary significantly between successive test
points and sample intervals and at locations other than where
observations , exploration , and investigations have been made. Because
of the inherent uncertainties in subsurface evalu ations , changed or
unanticipated underground conditions may occur that could affect the
total PROJECT cost and/or execution. These condit ions and
cost/execution effects are not the responsibility of the ENGINEER.
City of Fort Worth , T exas
Standard Ag reement for Engi neering Related Design Services
PMO Officia l Re lease Date: 5.19.2010
Page 2 of 15
D. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in ink
on reproducible mylar sheets and electronic files in .pdf format, or as otherwise
approved by CITY, which shall become the property of the CITY. CITY may
use such drawings in any manner it desires; provided, however, that the
ENGINEER shall not be liable for the use of such drawings for any project other
than the PROJECT described herein.
E. Engineer's Personnel at Construction Site
(1) The presence or duties of the ENGINEER's personnel at a construction site,
whether as on-site representatives or otherwise, do not make the ENGINEER
or its personnel in any way responsible for those duties that belong to the CITY
and/or the CITY's construction contractors or other entities , and do not relieve
the construction contractors or any other entity of their obligations , duties, and
responsibilities , including, but not limited to, all construction methods , means ,
techniques, sequences , and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract
Documents and any health or safety precautions required by such construction
work . The ENGINEER and its personnel have no authority to exercise any
control over any construction contractor or other entity or their employees in
connection with their work or any health or safety precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the progress
or quality of the completed work on the PROJECT or to determine, in general , if
the work on the PROJECT is being performed in a manner indicating that the
PROJECT, when completed, will be in accordance with the Contract
Documents , nor shall anything in the Contract Documents or the agreement
between CITY and ENGINEER be construed as requiring ENGINEER to make
exhaustive or continuous on-site inspections to discover latent defects in the
work or otherwise check the quality or quantity of the work on the PROJECT. If
the ENGINEER makes on-site observation(s) of a deviation from the Contract
Documents, the ENGINEER shall inform the CITY.
(3) When professional certification of performance or characteristics of materials,
systems or equipment is reasonably required to perform the services set forth
in the Scope of Services, the ENGINEER shall be entitled to rely upon such
certification to establish materials, systems or equipment and performance
criteria to be required in the Contract Documents .
F. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance with
Attachment A.
City of Fort Worth , T exas
Standard Agreement for Engineering Related Desig n Services
PMO Official Release Date: 5.19.2010
Page 3 of 15
(2) In providing opinions of cost , financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
cond itions of existing equipment or structures that may affect operation or
maintenance costs ; competitive bidding procedures and market
conditions; time or quality of performance by third parties ; quality , type ,
management , or direction of operat ing personnel ; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule . Therefore , the ENGINEER makes no warranty that the
CITY's actual PROJECT costs , financial aspects , economic feasibility , or
schedules will not vary from the ENGINEER's opinions , analyses ,
projections , or estimates.
G. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge , information , and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the Contract
Documents; that the final work will be acceptable in all respects; that the
ENGINEER has made an examination to ascertain how or for what purpose the
construction contractor has used the moneys paid; that title to any of the work ,
materials , or equipment has passed to the CITY free and clear of liens, claims,
security interests, or encumbrances ; or that there are not other matters at issue
between the CITY and the construction contractor that affect the amount that
should be paid.
H. Record Drawings
Record drawings, if required, will be prepared, in part, on the basis of
information compiled and furnished by others , and may not always represent
the exact location, type of various components , or exact manner in which the
PROJECT was finally constructed . The ENGINEER is not responsible for any
errors or omissions in the information from others that is incorporated into the
record drawings.
I. Minority and Woman Business Enterprise (M/WBE) Participation
In accord with City of Fort Worth Ordinance No. 15530 , as amended, the City
has goals for the participation of minority business enterprises and woman
business enterprises in City contracts. Engineer acknowledges the M/WBE
goal established for this contract and its accepted written commitment to
M/WBE participation. Any mis representation of facts (other than a negligent
City of Fort Worth . T exas
Standard Agreeme nt for Engineeri ng Re lated Design Services
PMO Official Re lease Date: 5.19.2010
Page 4 of 15
misrepresentation) and/or the commission of fraud by the Engineer may result
in the termination of this Agreement and debarment from participating in City
contracts for a period of time of not less than three (3) years.
J. Right to Audit
(1) ENGINEER agrees that the CITY shall , unt il the expiration of five (5) years after
final payment under this contract , have access to and the right to examine and
photocopy any directly pertinent books , documents , papers and records of the
ENGINEER involving transactions relating to this contract. ENGINEER agrees
that the CITY shall have access during normal working hours to all necessary
ENGINEER facilities and shall be provided adequate and appropriate work
space in order to conduct audits in compl iance with the provisions of this
section. The CITY shall give ENGINEER reasonable advance notice of
intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the CITY
shall, until the expiration of five (5) years after final payment under the
subcontract , have access to and the right to examine and photocopy any
directly pertinent books , documents , papers and records of such subconsultant ,
involving transactions to the subcontract , and further, that the CITY shall have
access during normal working hours to all subconsultant facilities , and shall be
provided adequate and appropriate work space , in order to conduct audits in
compliance with the provisions of this article together with subsection (3)
hereof. CITY shall give subconsultant reasonable advance notice of intended
audits.
(3) ENGINEER and subconsultant agree to photocopy such documents as may be
requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost
of copies at the rate published in the Texas Administrative Code in effect as of
the time copying is performed.
K. INSURANCE
(1) ENGINEER 'S INSURANCE
a. Commercial General Liability -the ENGINEER shall maintain commercial
general liability (CGL) and, if necessary, commercial umbrella insurance
with a limit of not less than $1 ,000,000 .00 per each occurrence with a
$2 ,000 ,000.00 aggregate. If such Commercial General Liability insurance
contains a general aggregate limit , it shall apply separately to this
PROJECT or location.
i. The CITY shall be included as an insured under the CGL , using ISO
additional insured endorsement or a substitute providing equivalent
coverage , and under the commercial umbrella , if any . This
insurance shall apply as primary insurance with respect to any other
City of Fort Worth, T exas
Standa rd Ag reement for Engineering Related Design Services
P MO Official Re lease Date: 5.19.2010
Page 5 of 15
insurance or self-insurance programs afforded to the CITY. The
Commercial General Liability insurance policy shall have no
exclusions by endorsements that would alter or nullify:
premises/operations, products/completed operations, contractual,
personal injury, or advertizing injury, which are normally contained
within the policy , unless the CITY approves such exclusions in
writing.
ii. ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by the commercial general
liability or commercial umbrella liability insurance maintained in
accordance with this agreement.
b. Business Auto -the ENGINEER shall maintain business auto liability and , if
necessary, commercial umbrella liability insurance with a limit of not less
than $1,000,000 each accident. Such insurance shall cover liability arising
out of "any auto", including owned, hired, and non-owned autos, when said
vehicle is used in the course of the PROJECT. If the engineer owns no
vehicles , coverage for hired or non-owned is acceptable.
i. ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by the business auto liability or
commercial umbrella liability insurance obtained by ENGINEER
pursuant to this agreement or under any applicable auto physical
damage coverage.
c. Workers ' Compensation -ENGINEER shall maintain workers compensation
and employers liability insurance and, if necessary, commercial umbrella
liability insurance with a limit of not less than $100,000.00 each accident for
bodily injury by accident or $100,000.00 each employee for bodily injury by
disease , with $500,000 .00 policy limit.
i. ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by workers compensation and
employer's liability or commercial umbrella insurance obtained by
ENGINEER pursuant to this agreement.
d. Professional Liability -the ENGINEER shall maintain professional liability, a
claims-made policy, with a minimum of $1,000,000 .00 per claim and
aggregate. The policy shall contain a retroactive date prior to the date of the
contract or the first date of services to be performed, whichever is earlier.
Coverage shall be maintained for a period of 5 years following the
completion of the contract. An annual certificate of insurance specifically
referencing this project shall be submitted to the CITY for each year
following completion of the contract.
Ci ty of Fort Worth. Texas
Standard Ag reemen t for En ginee rin g Related Design Services
PMO Officia l Re lease Date: 5.19.2010
Pag e 6 of 15
(2) GENERAL INSURANCE REQUIREMENTS
a . Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be delive red to the CITY prior to ENGINEER
proceeding with the PROJECT.
b. Applicable policies shall be endorsed to name the CITY an Additional
Insured thereon , as its interests may appear. The term CITY shall include
its employees , officers , officials , agents , and volunteers as respects the
contracted services.
c. Certificate(s) of insurance shall document that insurance coverage specified
in this agreement are provided under applicable policies documented
thereon .
d. Any failure on part of the CITY to request required insurance documentation
shall not constitute a waiver of the insurance requirements .
e. A minimum of thirty (30) days notice of cancellation or material change in
coverage shall be provided to the CITY . A ten (10) days notice shall be
acceptable in the event of non -payment of premium. Such terms shall be
endorsed onto ENGINEER's insurance policies. Notice shall be sent to the
respective Department Director (by name), City of Fort Worth , 1000
Throckmorton , Fort Worth , Texas 76102.
f. Insurers for all policies must be authorized to do business in the State of
Texas and have a minimum rating of A:V or greater, in the current A.M.
Best Key Rating Guide or have reasonably equivalent financial strength and
solvency to the satisfaction of Risk Management.
g . Any deductible or self insured retention in excess of $25 ,000 .00 that would
change or alter the requirements herein is subject to approval by the CITY
in writing, if coverage is not provided on a first-dollar basis. The CITY , at it
sole discretion , may consent to alternative coverage maintained through
insurance pools or risk retention groups . Dedicated financial resources or
letters of credit may also be acceptable to the CITY .
h. Applicable policies shall each be endorsed with a waiver of subrogation in
favor of the CITY as respects the PROJECT.
i. The CI TY shall be entitled , upon its request and without incurring expense,
to review the ENGINEER's insurance policies including endorsements
thereto and, at the CITY's discretion; the ENGINEER may be required to
provide proof of insurance premium payments .
j. Lines of coverage , other than Professional Liability , underwritten on a
claims-made basis, shall contain a retroactive date coincident with or prior
City of Fort Worth , T exas
Sta nda rd Agre ement for Engineering Re lated Design Servi ces
PMO Offi cia l Re lease Date: 5.19.2010
Page 7 of 15
to the date of the contractual agreement. The certificate of insurance shall
state both the retroactive date and that the coverage is claims-made.
k. Coverages , whether written on an occurrence or claims-made basis , shall
be maintained w ithout interruption nor restr ictive modification or changes
from date of commencement of the PROJECT until final payment and
termination of any coverage required to be maintained after final payments.
I. The CITY shall not be responsible for the direct payment of any insurance
prem iums required by this agreement.
m . Sub consultants and subcontractors to/of the ENGINEER shall be required
by the ENGINEER to maintain the same or reasonably equivalent insurance
coverage as required for the ENGINEER. When sub
consultants/subcontractors maintain insurance coverage , ENGINEER shall
provide CITY with documentation thereof on a certificate of insurance.
L. Independent Consultant
The ENGINEER agrees to perform all services as an independent consultant
and not as a subcontractor, agent , or employee of the CITY .
M. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure in
writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest , direct or indirect , in property abutting the
proposed PROJECT and business relationships with abutting property cities .
The ENGINEER further acknowledges that it will make disclosure in writing of
any conflicts of interest that develop subsequent to the signing of this contract
and prior to final payment under the contract.
N. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected , the ENGINEER will stop its own work in the affected portions of
the PROJECT to permit testing and evaluation .
(2) If asbestos or other hazardous substances are suspected , the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation act ivities of the PROJECT.
0. Permitting Authorities -Design Changes
If permitting authorities require design changes so as to comply w ith published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at t he time this Agreement was
executed , the ENGINEER shall revise plans and sp ecifications , as required , at
City of Fort Worth , Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 5.19.2010
Page 8 of 15
P.
its own cost and expense. However, if design changes are required due to the
changes in the permitting authorities' published design criteria and/or practice
standards criteria which are published after the date of this Agreement which
the ENGINEER could not have been reasonably aware of, the ENGINEER
shall notify the CITY of such changes and an adjustment in compensation will
be made through an amendment to this AGREEMENT.
Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment D to this AGREEMENT.
Article V
Obligations of the City
Amendments to Article V , if any , are included in Attachment C.
A. City-Furnished Data
ENGINEER may rely upon the accuracy , timeliness , and completeness of the
information prov ided by the CITY .
B. Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for
the ENGINEER's performance of its services. The CITY will perform , at no
cost to the ENGINEER , such tests of equipment , machinery , pipelines , and
other components of the CITY's facilities as may be required in connection with
the ENGINEER's services. The CITY will be responsible for all acts of the
CITY's personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services , the CITY will obtain ,
arrange , and pay for all advertisements for bids ; permits and licenses required
by local , state , or federal authorities ; and land , easements , rights -of-way , and
access necessary for the ENGINEER's services or PROJECT con struction .
City of Fort Worth . Texas
Standard Agreement for Eng ineering Related Design Services
PMO Officia l Release Date: 5.19.201 O
Pag e 9 of 15
D. Timely Review
The CITY will examine the ENGINEER's studies , reports , sketches , drawings ,
specifications , proposals , and other documents ; obtain advice of an attorney ,
insurance counselor, accountant, auditor , bond and financial advisors , and
other consultants as the CITY deems appropriate ; and render in writing
decisions required by the CITY in a timely manner in accordance with the
project schedule prepared in accordance with Attachment D .
E. Prompt Notice
The CITY will give prompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials , including asbestos
containing materials , or conditions , and that ENGINEER had no prior role
in the generation , treatment , storage , or disposition of such materials. In
conside ration of the assoc iated risks that may give rise to claims by third
parties or employees of City , City hereby releases ENGINEER from any
damage or liability related to the p resence of such materials .
(2) The release required above shall not apply in the event the discharge ,
release or escape of hazardous substances , contaminants , or asbestos is a
result of ENGINEER 's negligence or if ENGINEER brings such hazardous
substance , contaminant or asbestos onto the project.
G. Contractor Indemnification and Claims
The CITY agrees to include in all construction contracts the provisions of Article
IV.E. regarding the ENGINEER's Personnel at Construction Site, and
provisions providing contractor indemnification of the CITY and the ENGINEER
for contractor's negl igence.
H. Contractor Claims and Third-Party Beneficiaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment o r materials suppliers:
City of Fort Worth , Texa s
"Contractors , subcon tra ctors and equ ipmen t and materials
su p pliers on the PROJECT , or their sureties , shall maintain no
direct action against the EN GINE ER , its officers , empl oyees ,
and subco nt ractors , for any claim ari sing out of, in connection
with , or resulting from the engineering services performed .
Standard Agreement for Engin eering Related Design SeNices
PMO Official Re lease Date : 5.19 .2010
Page 10 of 15
(2)
(3)
(4)
I.
( 1)
(2)
Only the CITY will be the beneficiary of any undertaking by the
ENGINEER."
This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third -party beneficiaries .
The CITY will include in each agreement it enters into with any other entity or
person regarding the PROJECT a provision that such entity or person shall
have no third-party beneficiary rights under this Agreement.
Nothing contained in this section V.H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
CITY's Insurance
The CITY may maintain property insurance on certain pre -existing structures
associated with the PROJECT.
The CITY will ensure that Bu ilders Risk/Installation insurance is maintained at
the replacement cost value of the PROJECT. The CITY may provide
ENGINEER a copy of the policy or documentation of such on a certificate of
insurance .
(3) The CITY will specify that the Builders Risk/Installation insurance shall be
comprehensive in coverage appropriate to the PROJECT risks .
J. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required or
requested assistance to support , prepare , document, bring , defend , or assist in
litigation undertaken or defended by the CITY. In the event CITY requests such
services of the ENGINEER, this AGREEMENT shall be amended or a separate
agreement will be negotiated between the parties .
K. Changes
The CITY may make or approve changes within the general Scope of Services
in this AGREEMENT. If such changes affect the ENGINEER's cost of or time
required for perform a nce of the services , an equitable adjustment will be made
thro ugh an amendment to this AGREEMENT with appropriate CITY approval.
Article VI
Gene ra l Le gal Provisions
Amendments to Article VI , if any, are included in Attachment C .
City of Fort Worth , Texas
Standard Agreement for Engineering Re lated Design Services
PMO Officia l Re lease Date: 5.19.2010
Pag e 11 of 15
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
B. Reuse of Project Documents
All designs, drawings , specifications, documents , and other work products of
the ENGINEER , whether in hard copy or in electronic form , are instruments of
service for this PROJECT, whether the PROJECT is completed or not. Reuse ,
change, or alteration by the CITY or by others acting through or on behalf of the
CITY of any such instruments of service without the written permission of the
ENGINEER will be at the CITY's sole risk. The CITY shall own the final
designs, drawings , specifications and documents.
C. Force Majeure
The ENGINEER is not responsible for damages or delay in performance
caused by acts of God, strikes, lockouts , accidents, or other events beyond the
control of the ENGINEER that prevent ENGINEER's performance of its
obligations hereunder.
D. Termination
(1) This AGREEMENT may be terminated only by the City for convenience on
30 days' written notice. This AGREEMENT may be terminated by either the
CITY or the ENGINEER for cause if either party fails substantially to perform
through no fault of the other and does not commence correction of such
nonperformance with in 5 days of written notice and diligently complete the
correction thereafter.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a.) Cost of reproduction of partial or complete studies, plans, specifications
or other forms of ENGINEER'S work product;
b.) Out-of-pocket expenses for purchasing electronic data files and other
data storage supplies or services;
c.) The time requirements for the ENGINEER'S personnel to document the
work underway at the time of the CITY'S termination for convenience so
that the work effort is suitable for long time storage .
(3) Prior to proceeding with termination services , the ENGINEER will submit
to the CITY an itemized statement of all termination expenses . The CITY'S
approval will be obtained in writing prior to proceeding with termination
services.
City of Fort Worth , Texas
Standard Agreement for Enginee ring Related Design Services
PMO Official Release Date : 5.19.2010
Page 12 of 15
E. Suspension, Delay, or Interruption to Work
The CITY may suspend , delay, or interrupt the services of the ENGINEER for
the convenience of the CITY. In the event of such suspension , delay, or
interruption , an equitable adjustment in the PROJECT's schedule , commitment
and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's
compensation will be made.
F. Indemnification
In accordance with Texas Local Government Code Section 271 .904 , the
ENGINEER 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 ENGINEER or ENGINEER's agent,
consultant under contract , or another entity over which the ENGINEER
exercises control.
G. Assignment
Neither party shall assign all or any part of this AGREEMENT without the prior
written consent of the other party .
H. Interpretation
Limitations on liability and indemnities in this AGREEMENT are business
understandings between the parties and shall apply to all the different theories
of recovery, including breach of contract or warranty , tort including negligence,
strict or statutory liability , or any other cause of action , except for willful
misconduct or gross negligence for limitations of liability and sole negligence
for indemnification. Parties mean the CITY and the ENGINEER, and their
officers, employees , agents, and subcontractors .
I. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT, its
interpretation and performance , and any other claims related to it. The venue
for any litigation related to this AGREEMENT shall be Tarrant County , Texas.
City of Fort Worth , Texas
Standard Agreement for Engineering Related De sign Services
P MO Official Release Date: 5.19 .20 10
Page 13 of 15
J. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any reason
to be invalid , illegal , or unenforceable in any respect , such invalidity , illegality ,
or unenforceability will not affect any other provision , and this AGREEMENT
shall be construed as if such invalid , illegal , or unenforceable provision had
never been contained herein . Articles V.F ., VI.B., VI.D ., VI.F ., VI.H ., and VI.I.
shall survive termination of this AGREEMENT for any cause .
K. Observe and Comply
ENGINEER shall at all times observe and comply with all federal and State
laws and regulations and with all City ordinances and regulations which in any
way affect this AGREEMENT and the work hereunder, and shall observe and
comply with all orders, laws ordinances and regulations which may exist or may
be enacted later by governing bodies having jurisdiction or authority for such
enactment. No plea of misunderstanding or ignorance thereof shall be
considered. ENGINEER agrees to defend , indemnify and hold harmless CITY
and all of its officers , agents and employees from and against all claims or
liability arising out of the violation of any such order , law , ordinance , or
regulation , whether it be by itself or its employees.
City of Fort Worth , Texas
Standard Agreement for Eng ineering Related Design Servi ces
PMO Official Re lease Date : 5.19.2010
Page 14 of 15
Article VII
Attachments, Schedules, and Signatures
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, supersedes all prior written or oral understandings, and may only be changed
by a written amendment executed by both parties. The following attachments and schedules
are hereby made a part of this AGREEMENT:
Attachment A -Scope of Services
Attachment B -Compensation
Attachment C -Amendments to Standard Agreement for Engineering Services
Attachment D -Project Schedule
Attachment E -Location Map
Executed this the ~q*'-day of 5~. , 20 \\).
ATTEST: CITY OF FORT WORTH
~H~~ By ~
City Secretary ff ~~O liq_ Assistant City Manager
ATTEST:
ff~o0 0
o~~ N!:i \~ APPROVAL RECOMMENDED ~ ui g &., " \~00 0l~§ ~~~/
Q~ 0 000 000° § William A. Verke~PE. -Director
~ll.'tl 1-£xp,.S-<::,,,-<>-'°' Transportation & Public Works Department
FORM ~~~LITY Jacobs Engineering Group, Inc.
Kevin P. Nelson
Vice President of Operations
By: -~"".Jfd..LJer""'"" ........ 5 ..... i ..... w .... c .... wt=<'...,v1'-'--------
ec,... f .,...,~ ~ M " .. "-j'"v-
Contrac t Authoriza t i o R
~ /aa.f Io
Date
Ci ty of Fort Worth , Te xas
Standard Agreement for En gineering Re lated Design Servi ces
PMO Officia l Re lease Date : 5.19 .2010
Page 15 of 15
ATTACHMENT "A"
Scope for Engineering Design Related Services for
SWU Projects -Eastern Hills Storm System Improvements
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be performed and address the needs of the Project.
OBJECTIVE
The project limits will be located within the Eastern Hills Watershed and will generally
consist of the following:
Phase 1: The following scope items will be on a fast track schedule since funds are
currently available :
• Fort Worth ISD Detention Basin -Construction of a multi-use detention basin
opposite of the Eastern Hills Elementary School on Fort Worth ISO property . The
purpose of the detention pond is to reduce the peak flows in the main Eastern Hills
Storm System by holding the flows from approximately 94 acres of the southern half
of the watershed . The detention basin will double as a soccer field when dry . The
basin will have a quick draining under-drain in order to reduce the inundation time of
the soccer field. Since the existing area is wooded a tree mitigation plan is required.
Also to ensure safety , a fence will be installed around the detention pond.
• Shelton Inlets -Replacement and addition of inlets at the intersection of Shelton and
Canton . The current inlets do not adequately collect the flows on Shelton and the
overflows cause nuisance flooding to homes near the intersection. The new inlets
will capture the runoff and discharge it into the above detention basin.
Phase 2: The following scope items will be on a normal track schedule since funds are
currently unavailable and bid packets will be produced as funds become
available (items can move between Phase 2 and Phase 3 depending on
available funding):
• Shadow Creek Box Culvert -Installment of two (2) 7'x4 ' box culverts from the merge
point of Danciger and Monterrey across Weiler and along Shadow Creek to outfall on
the Eastern Hills Golf Course . Included with the Shadow Creek Box Culvert , is a
concrete pilot channel , outfall , and a new junction box . An existing sanitary sewer
line in Weiler is a potential utility conflict and impacts the alignment of the new box
culvert.
• Monterrey Improvements -Upsize the pipes in Monterrey from the junction box with
Shadow Creek Box Culvert to the point at which the Teague Nall and Perkins
improvements began. Included with the larger pipes are additional/refurbished inlets.
The pipes to be installed will be able to convey the increased volume of runoff
accepted by the additional/refurbished inlets .
ATTACHM ENT "A" TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 7122/2009)
PAGE 1 OF 19
• Upsize Danciger and Yolanda -Increase the size of the pipes in Danciger from the
intersection with Monterrey to the intersection with Yolanda . Additionally , new or
refurbished inlets will be installed to better capture the runoff flowing south along
Danciger and west along Yolanda.
• North Weiler Extension -Install a pipe and inlets north along Weiler from the
Shadow Creek Box culvert to a point north of the intersection with Vinewood .
Phase 3: The following scope items will be on a normal track schedule since funds are
currently unavailable and bid packets will be produced as funds become
available (items can move between Phase 2 and Phase 3 depending on
available funding):
• Pond Improvements -Install a new outlet and outlet pipe to more efficiently allow
flows out of the pond . Modify the existing spillway to provide an additional foot of
storage before the spillway is engaged as an emergency overflow . Additionally ,
limited dredging will be conducted to provide a sub-surface outlet for the pipe from
Jacqueline to Yolanda .
• Yosemite Extension -Extend the storm line near the tennis courts eastward along
Yosemite install inlets to capture runoff prior to overtopping Yosemite 's north curb
and flowing through residents ' yards.
• Pipe from Jacqueline to Yolanda -Install a pipe from Jacqueline to Yolanda in order
to reduce backyard flooding and more efficiently convey runoff to the pond .
• Jacqueline Inlets -Install inlets along Jacqueline near the intersection with Yolanda
in order to capture and convey runoff to the proposed pipe from Jacqueline to
Yolanda .
• Putnam and Meadowbrook Improvements -Increase the size of the culvert under
Meadowbrook and improve the inlet capacity at the intersection. This also includes
extending a pipe south along Putnam to capture runoff that potentially threatens the
church with flooding .
• South Weiler Extension -Install a pipe and inlets south along Weiler from the culvert
to a point south of the intersection with San Jose .
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 4. Final Design
Task 5. Bid Phase Services
Task 6. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey Services
Task 9. Permitting
ATTACHMENT "A" TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SER VICES (REV 2101 /2010)
PAGE 2 OF 19
TASK 1. DESIGN MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
of ENGINEER 's and CITY 's time and resources . ENGINEER will manage change ,
communicate effectively, coordinate internally and externally as needed , and proactively
address issues with the CITY 's Project Manager and others as necessary to make progress
on the work .
1.1. Managing the Team
• Lead , manage and direct design team activities
• Communicate internally among team members
• Conduct and document biweekly design team meetings.
• Ensure quality control is practiced in performance of the work
• Task and allocate team resources
1.2. Communications and Reporting
• Attend a pre-design project kickoff and chartering meeting with CI T Y staff to
confirm and clarify scope , understand CITY objectives , and ensure econom ical and
functional designs that meet CITY requirements .
• Prepare and submit baseline Project Schedule initially , and Project Schedule
updates with a schedule narrative monthly , as required in Attachment D to this
Standard Agreement and according to the City of Fort Worth 's Schedule Guidance
Document.
• Conduct and document monthly project update meetings with CITY Project
Manager.
• Prepare invoices and submit monthly in the format requested by the CITY .
• Prepare and submit monthly progress reports in the format provided by the
respective CITY Department.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report Form
at the end of the project.
• Conduct review meetings with the CITY at the end of each design phase .
• Coordinate with other agencies and entities as neces sary for the design of the
proposed infrastructure , and provide and obtain information needed to prepare the
design .
• With respect to coordinat ion with permitting authorities , ENGINEER shall
communicate with perm itting authorities such that the i r regulatory requirements are
appropriately reflected in the designs. ENGINEER sh a ll work with regulatory
authorities to obtain approval of the designs , and make cha nges necessary to meet
their requirements , as part of the design scope .
ATT AC HMEN T "A" TO STAND ARD AGREEM EN T FOR ENG INEER ING RELATED DES IG N SER VIC ES (R EV 2/01/20 10)
PAG E 3 OF 19
• Personnel and Vehicle Identification : When conducting si t e visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company representative .
ASSUMPTIONS
• Attendees at pre-design coordination meeting include CITY Project Manager,
ENGINEER , GADD Designer, Environmental , Survey, and Geotechn ical
Engineer.
• Assume a monthly meeting with CITY Project Manager.
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C . Monthly progress reports
D . Baseline design schedule
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly M/WBE Report Form and Final Summary Payment Report Form
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule .
The purpose of the conceptual design is for the ENGINEER to identify , develop ,
communicate through the defined deliverables , and recommend the design concept that
successfully addresses the design problem, and to obtain the CITY 's endorsement of this
concept.
ENGINEER will develop the conceptual design of the infrastructure as follows :
2.1. Data Collect ion
• In addition to data obtained from the CITY , ENGINEER will research and make
efforts to obtain pertinent information to aid in coordination of the proposed
improvements with any planned future improvements that may influence the
project. ENGINEER will also identify and seek to obtain data for existing
conditions that may impact the project including ; utilities , agencies (such as
TxDOT and railroads), CITY Master Plans , CITY drainage complaint files ,
existing applicable drainage studies, FEMA floodplain and floodway maps ,
existing models of project a rea (if any) and property ownership as available from
the Tax Assessor's office .
• The following shall be applicable at all loca ti ons where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment o r
realignment of the existing public sanitary sewer lateral o r main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and subm itted for construction. During
ATTA CHMENT "A" TO STANDARD AGREEMENT FOR EN GINEER ING RELATED DE SIG N SERVICES (REV 2101 /2010)
PAGE 4 OF 19
design survey, if a rod can be inserted through the cleanout to the bottom of the
service line , the ENGINEER will obtain the flow line elevation and design the
service line prior to advertising the project for bid . If the service flow line
information cannot be obtained during design survey, the ENGINEER shall delay
the design of the sewer service line until after a Level A Subsurface Utility
Engineering (SUE investigation has been performed). The Level A SUE will be
performed ; (1) by the ENGINEER if included in the fee proposal ; or (2) by the CITY
prior to bidding if the CITY determines that it is needed for satisfactory completion
of the design ; or (3) by the Contractor after the project has been bid , by means of a
bid item to that effect. In all options , the ENGINEER shall propose appropriate de-
hole locations in the project and collect flow line elevation and other applicable
information of the sewer service line . The ENGINEER shall use this information to
provide the design for the sanitary sewer service line to be rerouted or relocated .
• The following is applicable at all locations that require water service line
replacement: The ENGINEER shall visit the project site and obtain the meter
numbers and sizes on all existing meters to be replaced on the project and shall
identify existing sample stat ions and fire line locations .
2 .2 . Drainage Computations
ENGINEER will delineate the watershed based on contour data and field
verification and document existing street , right -of-way and storm sewer
capacities for the subject site. A drainage area map will be drawn at maximum 1"
= 200' scale from available 2-foot contour data . Data source and year will be
provided. Ca lculations regarding street and right-of-way capacities and design
discharges (5-year and 100-year frequencies) at selected critical locations will be
provided . Capacities of existing storm drain will be calculated and shown. All
calculations shall conform to City criteria delineated in the City 's Storm Water
Management Design Manual. All locations in the project area where 100-year
runoff exceeds available storm drain and right-of-way capacities shall be clearly
identified . The ENGINEER's responsibility includes recommendations for
improvements of the existing system as deemed reasonable and consistent with
CITY standards .
2 .3. Subsurface Utility Eng ineering
Provide Subsurface Utility Engineering (SUE) to Quality Level B, as described below. The
SUE shall be performed in accordance with CI/ASCE 38-02 .
Quality Level D
• Conduct appropriate investigations (e .g ., owner records , County/CITY
records , personal interviews , visua l inspections , etc .), to help identify utility
owners that may have facilities within the project limits or that may be
affected by the project.
• Collect applicable records (e .g., utility owner base maps , "as built" or record
drawings , permit record s , field notes , geographic information system data ,
oral histories , etc.) on t he existence and approximate location of existing
involved utilities.
• Review records for : evidence or indication of additional available records ;
duplicate or conflicting information ; need for cl arification .
ATTAC HMENT "A" TO STANDARD AGREEM ENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 2/01/2010)
PAGE 5 OF 19
• Develop SUE plan sheets and transfer information on all involved utilities to
appropriate plan sheets, electronic files , and/or other documents as required.
Exercise professional judgment to resolve conflicting information . For
information depicted , indicate: utility type and ownership ; date of depiction ;
quality level(s); end points of any utility data ; line status (e .g ., active ,
abandoned , out of service); line size and condition ; number of jointly buried
cables ; and encasement.
Quality Level C (includes tasks as described for Quality Level D)
• Identify surface features, from project topographic data and from field
observations , that are surface appurtenances of subsurface utilities .
• Include survey and correlation of aerial or ground-mounted utility facilities in
Quality Level C tasks .
• Survey surface features of subsurface utility facilities or systems .
• The survey shall also include (in addition to subsurface utility features visible
at the ground surface): determination of invert elevations of any manholes
and vaults ; sketches showing interior dimensions and line connections of
such manholes and vaults; any surface markings denoting subsurface
utilities, furnished by utility owners for design purposes .
• Exercise professional judgment to correlate data from different sources , and
to resolve conflicting information .
• Update (or prepare) plan sheets , electronic files , and/or other documents to
reflect the integration of Quality Level D and Quality Level C information.
• Recommend follow-up investigations (e .g ., additional surveys , consultation
with utility owners , etc.) as may be needed to further resolve discrepancies .
• Provide Quality Level C to identify overhead utilities on the project and
provide the overhead utility information on the SUE plan sheets .
Level B (includes tasks as described for Quality Level C)
• Select and apply appropriate surface geophysical method(s) to search for
and detect subsurface utilities within the project limits , and/or to trace a
particular utility line or system .
• Based on an interpretation of data , mark the indications of utilities on the
ground surface, for subsequent survey. Utilize paint or other method
acceptable for marking of lines .
• Unless otherwise directed, mark centerline of single-conduit lines , and
outside edges of multi-conduit systems .
• As an alternative to the physical marking of lines , the ENGINEER may, with
CITY 's approval , utilize other means of data collection, storage , retrieval , and
reduction , that enables the correlation of surface geophysical data to the
project's survey control.
ATTACHMENT "A" TO STANDARD AGREEM EN T FOR ENG INEERING RELATED DESIGN SERVICES (REV 2/01 /2010 )
PAGE 6 OF 19
2.4. The Conceptual Design Package shall include the following :
• Cover sheet
• Drainage area map w ith supporting drainage computations in the CITY 's
standard tabular format.
• SUE Plan Sheets sealed by a licensed professional engineer in the State of
Texas
• Horizontal alignment (excluding profiles) of proposed storm water improvements ,
including existing lot layout , streets , and existing utilities gathered during the SUE
within the project limits.
• Proposed phasing of water, sanitary sewer, street and drainage work
documented in both the project schedule and narrative form.
• Documentation of key design decisions (Project Decision Log)
• Estimate of Probable Construction Cost
ASSUMPTIONS
• Phase 1 and Phase 2&3 shall be submitted as two separate packages
• All storm water calculations and design shall conform to the City of Fort Worth
Storm Water Management Design Manual , March 2006 .
• The SUE and SUE plan sheets shall be in accordance with CI/ASCE 38 -02.
• An estimated total of 40 utilities are assumed to be located by SUE services.
• 8 copies of the conceptual design package will be delivered . Drawings will be
half size (11 " x 17 ").
• ENGINEER shall not proceed with Preliminary Design activities without written
approval by the CITY of the Conceptual Design Package.
• Scale of horizontal alignment plan v iew drawi ngs shall be 1 :20 .
DELIVERABLES
A. Phase 1 Conceptual Design Package
B. Phase 2&3 Conceptual Design Package
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans shall be submitted to CITY per the approved Project Schedule .
ENGINEER will develop the preliminary design of the infrastructure as follows:
3 .1. Development of Preliminary Design Drawings shall include the following:
• Cover Sheet
ATTACHMENT 'A" TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 2/01 /2010)
PAGE 7 OF 19
• Drainage area maps showing proposed improvements with drainage calculations
and hydraulic computations in accordance with the City 's Storm Water
Management Design Manual.
• A Project Control Sheet , showing all Control Points , used or set while gathering
data. Generally on a scale of not less than 1 :400 . The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail , 5/8" Iron Rod); X , Y and Z Coordinates , in an identified coordinate system ,
and a referred bearing base . Z coordinate on City Datum only; descriptive location
(i.e . set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Overall project easement layout sheet(s).
• Plan and profile drawings of proposed storm water improvements , including
existing lot layout with property ownership, streets , curb lines, driveways,
medians (if applicable), sidewalks, existing and proposed water and sanitary
sewer mains , existing utilities gathered during the SUE and existing utility
easements within the project limits.
• No less than two bench marks per plan/profile sheet.
• The ENGINEER will prepare standard and special detail sheets that are not
already included in the D-Section of the City's specifications. These may include
connection details between various parts of the project, tunneling details , boring
and jacking details , waterline relocations, details unique to the construction of the
project , trenchless details, and special service lateral reconnections .
• Prepare separate drawings for water and/or sanitary sewer mains including a
overall water and/or sanitary sewer layout sheet and plan and profile drawings .
• Overall project water and/or sanitary sewer layout sheets. The water layout sheet
shall identify the proposed water main improvemenU existing water mains in the
vicinity and all water appurtenances along with pressure plane boundaries , water
tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall
identify the proposed sewer main improvemenUexisting sewer mains and all
sewer appurtenances in the vicinity.
• Plan and profile sheets which show the following: proposed water and/or sanitary
sewer plan/profile and recommended pipe size, fire hydrants, water service lines
and meter boxes, gate valves , isolation valves , manholes , existing meter
numbers and sizes that are to be replaced , existing sample locations , existing fire
line locations , existing utilities and utility easements, and all pertinent information
needed to construct the project. Legal description (Lot Nos., Block Nos ., and
Addition Names) along with property ownership shall be provided on the plan
view .
• The ENGINEER shall make provisions for reconnecting all identifiable water and/or
wastewater service lines which connect directly to any main being replaced ,
including replacement of existing service lines within City right-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
lateral is changed, provisions will be made in the final plans and/or specifications
ATTACHMENT "A" TO STANDAR D AGR EE MENT FOR EN GINEERING RELATED DES IGN SERVICES (REV 2/01 /2010)
PAGE 8 OF 19
by the ENGINEER to relocate all service lines which are connected to the existing
main and connect said service lines to the relocated main .
• The design for sewer service line reroute/relocation will be provided if the flow line
elevation of the sewer service can be determined from the cleanout location. If this
elevation cannot be determined during design survey , the design shall be provided
during Task 5, Construction Phase Services. The CONTRACTOR will be
responsible to provide existing flow line elevations .
3.2. Geotechnical Investigation/Pavement Design
• Soil investigations, including field and laboratory tests , borings, related
engineering analysis and recommendations for determining soil conditions will be
made . In addition to the above investigations , borings and appropriate field and
laboratory analysis will be made at reasonable intervals along the project
alignment for the Contractor's use in determining soil conditions for preparing
bids and a Trench Safety Plan .
• The ENGINEER shall prepare a detailed geotechnical engineering study and
pavement design in conformance with the City of Fort Worth Pavement Design
Standards Manual, 2005 . The study shall include recommendations regarding
utility trenching and identifying existing groundwater elevation at each boring .
3.3 Constructability Review
• Prior to the 60 percent review meeting with the CITY , the ENGINEER shall
schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. The ENGINEER shall summarize the
CITY 's comments from the field visit and submit this information to the CITY in
writing.
3.4 Public Meeting
• After the preliminary plans have been reviewed and approved by the CITY , the
ENGINEER shall prepare project exhibits , and attend public meeting to help
explain the proposed project to residents. The CITY shall select a suitable
location and mail the invitation letters to the affected customers .
3 .5 Utility Clearance
• ENGINEER will design CITY facilities to avoid or minimize conflicts with existing
utilities , and consider potential future utilities in designs .
• The ENGINEER shall deliver approved preliminary construction plans to the
CITY's Utility Coordinator for forwarding to all utility companies which have facilities
within the limits of the project.
3.6 Traffic Control Plan
• Develop a traffic control plan utilizing standard traffic reroute configurations
posted as "Typicals " on the CITY 's Buzzsaw website. The typicals need not be
sealed individually , if included in the sealed contract documents.
• Develop supplemental traffic control d rawings as needed for review and approval
by the Traffic Division of the Transportation and Public Works Department.
ATTACHMENT "A" TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 2/01 /2010 )
PAGE 9 OF 19
• ..
These drawings shall be sealed by a professional engineer registered in the
State of Texas .
3 . 7 Estimate of Probable Construction Cost
• The ENGINEER shall submit a preliminary estimate of probable construction cost
with the preliminary plans submitted. This estimate shall use ONLY standard
CITY bid items. If items need to be added as new standard bid items , the
ENGINEER shall provide the appropriate information to the CITY for review and
approval. ENGINEER shall assist CITY in selecting the feasible and or
economical solutions to be pursued .
ASSUMPTIONS
• Phase 1 and Phase 2&3 shall be submitted as two separate packages.
• All storm water calculations and design shall conform to the City of Fort Worth
Storm Water Management Design Manual , March 2006.
• 10 borings at an average bore depth of 15 feet each will be provided.
• Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an
additional 9 project specific traffic control sheets will be developed .
• 4 copies of the geotechnical report will be delivered to the CITY .
• 13 full size (22" x 34 ") plans will be delivered for Utility Clearance .
• 8 half size (11 " x 17") drawings will be delivered for Preliminary Design.
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans .
• Plan and profile drawings scale shall be 1 :20.
DELIVERABLES
A. Preliminary Design drawings .
B. Utility Clearance drawings
C . Geotechnical Report
D. Documentation of key design decisions (Project Decision Log)
E . Estimates of probable construction cost
F . Public Meeting exhibits
G. Traffic Control Plans
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
ATTAC HMENT "A" TO STANDARD AGREEMENT FOR ENGINEERING RELATED DE SIG N SERVICES (REV 2/01 /2010)
PAGE 10 OF 19
•
• Final draft construction plans and specifications shall be submitted to CITY per the
approved Project Schedule .
• The ENGINEER shall submit a final design estimate of probable construction cost
with the final design plans submitted . This estimate shall use ONLY standard CITY
bid items .
• Following a 90% construction plan review meeting with the CITY, the ENGINEER
shall submit Final Plans (100%) to the CITY per the approved Project Schedule .
Each plan sheet shall be stamped , dated , and signed by the ENGINEER registered
in State of Texas .
ASSUMPTIONS
• Phase 1 and Phase 2&3 shall be submitted as two separate packages.
• 8 half size (11 " x 17") drawings and 2 specifications will be delivered for the 90 %
des ign .
• 1 full size (22 " x 34 ") drawings and 2 specifications will be del ivered for the 100 %
design .
• Estimate of Probable Construction Cost will be submitted with both 90 % and 100%
Design and Documents .
• Estimated Sheet List for Phase 1
Cover
Index
General Notes
Drainage Area Map
Hydrologic and Hydraulic Calculations
Control Sheet
Easement Layout
Grading Plan
Shelton Inlets and Laterals Plan and Profiles
Detention Basin Plan
Detention Basin Cross Section
Detention Basin Cut/Fill
Vegetation Plan
Fencing Plan
SWPPP
ATTACHMENT "A" TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 2/01 /2010)
PAGE 11 OF 19
-2 Details sheets -Back Fill , Asphalt Repair, Inlets , Manhole , etc
• Estimated Sheet List for Phase 2&3
2 Cover
2 Index
2 General Notes
2 Drainage Area Map
2 Hydrologic and Hydraulic Calculations
2 Control Sheet
2 Easement Layout
22 Plan and Profiles Sheets
4 Junction Box Detail Sheets
2 Pond Spillway Modification Sheets
3 Pond Inlet and Outlet Sheets
8 Dredging Sheets
2 SWPPP
8 Details sheets -Back Fill , Asphalt Repair , Inlets , Manhole , etc
DELIVERABLES
A. 90% construction plans specifications.
B. 100% construction plans and specifications.
C . Documentation of key design decisions (Project Decision Log).
D . Detailed estimates of probable construction cost for the authorized construction
project , including summaries of bid items and quantities using the CITY 's standard
bid items and format.
E . Original cover mylar for the signatures of authorized CITY officials .
TASK 5. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
5 .1. Bid Sup port
• The ENGINEER shall upload all plan s a nd contract documents onto Buzzsaw for
access to potent ial bidders . Contract documents shall be uploaded in .pdf files
and the plans in .pdf or .dwf files.
ATTACHMENT "A" TO STANDARD AGREEMENT FOR ENG INE ER ING RELATED DES IGN SERVICES (REV 2101 12010)
PAGE 12 OF 19
• The ENGINEER shall sell contract documents and maintain a plan holders list
from documents sold and downloaded from Bu zzsaw.
• The ENGINEER will develop and implement procedures for receiving and
answering bidders ' questions and requests for add itional information . The
procedures shall include a log of all significant bidders questions and requests
and the response thereto . The ENGINEER will provide technical interpretation of
the contract bid documents and will prepare proposed responses to all bidders
questions and requests , in the form of addenda. The ENGINEER shall upload all
addenda onto Buzzsaw and mail addenda to all plan holders .
• Attend the prebid conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors , subcontractors , and suppliers .
• When substitution prior to award of contracts is allowed in the contract
documents , the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders .
• Attend the bid opening in support of the CITY .
• Tabulate and review all bids received fo r t he construction project , assist the CITY
in evaluating bids , and recommend award of the contract.
• Assist the CITY with assembling and awarding contracts for construction ,
materials , equipment , and services.
• Incorporate all addenda into the contract documents and issue conformed sets .
ASSUMPTIONS
• Bid Phase services are included only for Phase 1.
• Each bid package will be bid only once and awarded to one contractor.
• For each bid package , 20 sets of conformed plans and specifications will be
delivered to the CITY . The 20 plans shall consist of 1Q full size (22 " x 34 ") and 1Q
half size ( 11 " x 17") drawings.
DELIVERABLES
A. Addenda
B . Bid tabulations
C. Recommendation of award
D . Conformed construction documents
TASK 6. CONSTRUCTION PHASE SERVICES
ENGINEER will support the construction phase of th e project as follow s.
6.1 Construction Suppo rt
ATTACH MENT "A" TO STANDARD AGR EE MENT FOR ENGINEER ING RELATED DESIGN SERVICES (REV 2101/2010 )
PAG E 13 OF 19
• The ENGINEER shall attend the preconstruction conference .
• After the pre-construction conference, the ENGINEER shall provide project
exhibits and attend public meeting to help explain the proposed project to
residents. The CITY shall select a suitable location and mail the invitation letters
to the affected customers .
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• The ENGINEER shall review shop drawings , samples and other submittals
submitted by the contractor for general conformance with the design concepts and
general compliance with the requirements of the contract for construction . Such
review shall not relieve the Contractor from its responsibility for performance in
accordance with the contract for construction, nor is such review a guarantee that
the work covered by the shop drawings , samples and submittals is free of errors ,
inconsistencies or omissions . The ENGINEER shall log and track all shop
drawings , samples and other submittals.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents , review change orders , and make
recommendations as to the acceptability of the work .
• The ENGINEER shall attend the "Final" project walk through and assist with
preparation of final punch list.
6.2 Mylar Drawings
• The ENGINEER shall submit a set of conformed mylar drawings for record
storage.
• Signed plans sets shall also be submitted as an Adobe Acrobat PDF format
(version 6.0 or higher) file. There shall be one (1) PDF file for the TPW plan set
and a separate PDF file for the Water plan set. Each PDF file shall contain all
associated sheets of the particular plan set. Singular PDF files for each sheet
of a plan set will not be accepted. PDF files shall conform to naming
conventions as follows:
I. TPW file name example -"W-1956_org47.pdf" where "W-1956" is the
assigned file number obtained from the CITY , "_org" designating the file is
of an original plan set , "47" shall be the total number of sheets in this file .
Example : W-0053_org3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example -"X-35667 _org36.pdf" where "X-
35667" is the assigned file number obtained from the CITY , "_org"
de s ignating the file is of an original plan set , "36" shall be the total number
of sheets in this file .
Example: X-1275 5_org18.pdf
ATTAC HMENT "A' TO STANDARD AGREEMENT FOR ENG INEERING RELATED DESIGN SERVICES (RE V 2/01 /2010)
PAGE 14 OF 19
Both PDF files shall be submitted on one (1) Compact Disk , which will become
property of and remain with the CITY . Floppy disks, zip disks, e-mail flash
media will not be accepted.
• For information on the proper manner to submit PDF files and to obtain a file
number for the project , contact the Department of Transportation and Public Works
Vault at telephone number (817) 392-8426 . File numbers will not be issued to a
project unless the appropriate project numbers and fund codes have been assigned
and are in the Department of Transportation and Public Works database .
ASSUMPTIONS
• Construction Phase Services for only Phase 1.
• One (1) public meeting will be necessary for Phase 1 construction .
• Assume 20 RFls and 5 CO.
• Assume 6 site visits .
• Assume 20 shop drawings and submittals .
DELIVERABLES
A . Public meeting exhibits
B. Response to Con t ractor 's Request for Information
C . Review of Change Orders
D. Review of shop drawings
E . Final Punch List items
F. Record Drawings
TASK 7. ROW/EASEMENT SERVICES.
ENG INEER will support and perform activities related to ROW and land as outlined below ,
per scoping direction and gu idance from the CITY 's Project Manager.
7.1. Right-of-Way Research
• The ENGINEER shall determine rights -of-way and easement needs for
construction of the project. Required temporary and permanent easements will
be iden t ified based on available information and recommendations will be made
for approval by the CITY.
7 .2 Right-of-Way/Easement Preparation and Submitta l.
• The ENGINEER shall prep a re documents to be use d to obtain right-of-way and
perm a nent and/or temporary easements required to con struct the improvements .
ATTACHMENT "A" TO STANDARD AGR EE MENT FOR ENGINEERING RELATED DE SIGN SERVICES (REV 2/01 /2010 )
PAGE 15 OF 19
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's Buzzsaw site .
7.3 Temporary Right of Entry Preparation and Submittal
• Prior to construction , the ENGINEER shall prepare , mail and obtain Temporary
Right of Entries from landowners. It is assumed that letters will only be required
for land owners adjacent to temporary construction easements or who are
directly affected by the project and no easement is required to enter their
property.
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY 's Buzzsaw site .
ASSUMPTIONS
• 12 Temporary Easements
• 5 Permanent Easements
DELIVERABLES
A. Easement exhibits and meets and bounds provided on CITY forms.
B. Temporary Right of Entry Letters
TASK 8. SURVEY.
ENGINEER will provide survey support as follows :
8 .1 Design Survey
• ENGINEER will perform field surveys to collect horizontal and vertical elevations
and other information needed by ENGINEER in design and preparation of plans
for the project. Information gathered during the survey shall include topographic
data , utilities as required by the SUE , structures , trees (measure caliper , identify
overall canopy , and have qualified arborist identify species of trees), and other
features relevant to the final plan sheets . Existing drainage at intersections will
be verified by field surveys . Spot elevations will be shown on intersection layouts
with cross slope to fit intersecting grade lines.
• The minimum survey information to be provided on the plans shall include the
following :
-A Project Control Sheet , showing ALL Control Points , used or set while
gathering data. Generally on a scale of not less than 1 :400 :
-The following information about each Control Point ;
a. Identified (Existing. CITY Monument #8901 , PK Nail , 5/8 " Iron Rod)
b. X , Y and Z Coordinates , in an identified coordinate system, and a
referred bearing base. Z coordinate on CITY Datum only.
c . Descriptive Location (Ex. Set in the centerline of the inlet in the South
ATTACHMENT "A" TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERV ICES (REV 2/01 /2010)
PAGE 16 OF 19
curb line of North Side Drive at the East end of radius at the Southeast
corner of North Side Drive and North Main Street).
8.2 . Temporary Right of Entry Preparation and Submittal
• Prior to entering property , the ENGINEER shall prepare , ma il and obtain
Temporary Right of Entry from landowners .
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY 's Buzzsaw site .
8.3. Construction Survey
• Be available to the CITY on matters concerning the layout of the project during its
construction
ASSUMPTIONS
• Only affected land owners will require Temporary Right of Entry letter.
DELIVERABLES
A. Copies of field survey data and notes signed and sealed by a licensed surveyor.
B. Drawing of the project layout with dimensions and coordinate list.
TASK 9. PERMITTING .
ENGINEER will provide permitting support for the CI T Y to obtain any and all agreements
and/or permits normally required for a project of this size and type , as follows:
9 .1. Storm Water Pollution Prevention Plan
• For projects that disturb an area greater than one (1) acre , ENGINEER will
prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the
Project for use by the Contractor during construction. ENGINEER will prepare
drawings and details fo r proposed SWPPP improvement that the Contractor must
use during construction . Contractor will be responsible for filing the SWPPP with
appropriate regulatory agencies .
9 .2 . Environmental Services
• Phase 1: ENGINEER will prepare and submit necessary reports , exhibits and
application to seek a nationwide permit from the Corps of Engineers and prepare
the necessary reports, exhibits and application to seek a permit for tree removal
and replacement from the City of Fort Worth Parks Department.
• Phase 3: ENGINEER will prepare and sub mit necessary reports , exh ib it s and
application to seek a nat ionwide permit from the Corps of Engineers fo r t he
modification of the pond outlet.
• ENGIN EE RS scope includes:
ATTAC HMENT "A" TO STANDARD AGR EE MENT FOR EN GINEERING RELAT ED DE SIGN SERVICES (R EV 2/01 /2010)
PAG E 17 OF 19
Negotiating and coordinating to obtain approval of the agency issuing the
agreement and/or permits
Complet ing all forms/applications necessary
-Submitting forms/applications for CITY review
-Submitting revised forms for agency review
Responding to agency comments and requests
9 .3. Parks Conversion
• ENGINEERS scope includes:
-Attending up to four (4) meetings with the City staff
-Preparation of full size exhibits
-Attend a council meeting
-Assisting in form preparation as necessary
ASSUMPTIONS
• No Floodplain CLOMR or LOMR services are needed
• Coordination with TxDOT is not required as no TxDOT roads are affected by the
improvements .
• Coordination with Railroad Companies is not required as no railroads are
affected by the improvements .
DELIVERABLES
A . Tree Removal Permit
B. USAGE NWP 43 for Phase 1
C . Parks Conversion documents and exhibits for Phase 2
D. USAGE Permit (if needed) for Pond Modification for Phase 3
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services -CITY and
ENGINEER agree that the following services are beyond the Scope of Services
described in the tasks above . However, ENGINEER can provide these services , if
needed , upon the CITY 's written request. Any additional amounts paid to the
ENGINEER as a result of any material change to the Scope of the Project shall be
agreed upon in writing by both parties before the services are performed . These
additional services include the following :
• Negotiation of easements or property acquisition .
ATTACHMENT "A" TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 2101 /2010)
PAGE 18 OF 19
• Services related to development of the CITY 's project financing and/or budget.
• Services related to disputes over pre-qualification , bid protests , bid rejection
and re-bidding of the contract for construction .
• Construction management and inspection services
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire , flood , earthquake or other acts of
God.
• Services related to warranty claims , enforcement and inspection after final
completion.
• Services to support, prepare , document , bring , defend , or assist in litigation
undertaken or defended by the CITY .
• Performance of miscellaneous and supplemental services related to the project
as requested by the CITY .
ATTACHMENT "A" TO STANDARD AGREEMENT FOR EN GI NE ERING RELATED DESIGN SERVICES (REV 2/01 /2010)
PAGE 19 OF 19
ATTACHMENT B
COMPENSATION
Design Services for
Eastern Hills Drainage Improvements
City Project No. 01363
Lump Sum Project
I. Compensation
A.
B .
II.
A.
B.
C .
D .
The ENGINEER shall be compensated a total lump sum fee of $493,637.00 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 , including all labor materials , supplies,
and equipment necessary to deliver the services .
The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
Method of Payment
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 Ill. of
this Attachment B , and Schedule as required in Attachment D to this Agreement.
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.
The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
Ill. 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 o f Fort Worth, Texas
Attachment B
PMO Official Release Date: 5 .19.2010
Pag e 1 of 3
B-1
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
I
~
Firm I Primary Responsibility
Prime Consultant
Jacobs Project Management,
I
Engineering
Proposed M/WBE Sub-Consultants
I ANA Surveying
I
1
MAS-TEK Geotechnical
I
I
I
I
I
: Non-M/WBE Consultants
I
I
I
~
I
I
!
I
I
I
I
TOTAL I
Project Number & Name Total Fee
01363 Eastern Hills Drainage $493,637 .00
Improvements
Fee Amount I %
$369,322.00 74.82%
$89 ,000 .00 18 .03%
$35,315 .00 7 .15%
$493 ,637.00 100%
M/WBE Fee M/WBE %
$124,315 .00 25 .18%
City M/WBE Goal = 25% Consultant Committed Goal = 25%
City of Fort Worth , T exas
A ttachm ent B
PM O Offic ial Release Da te: 5.19.2 01 0
Page 2 of 3
B-2
City Sec Number:
Purchase Order:
Company Name: ... IJ_ac_o_bs ____________ ___.
Consultant's PM : Tim Whitefield , P .E .
Vendor Invoice #:
Payment Request#: 0---------------<
From Date:
To Date:
Invoice Date :
Exhibit B-1
Project Manager: Chad Simmons, P .E. Summary
Consultant Instructions:
Fill in green cells including Invo ice Number, From and To Dates and the Included works heets.
When your Invoice is complete , save and close , start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
email : Tim.Whitefieldlfl>iacobs.com I
Office Address 777 Main Street, Fort Worth , TX 76102
Telephone : 817-735-6286 I
Fax : 817-735-6148 I
Agreement
Agreement Amendment Amount to Completed Percent ($) Invoiced
Sheet FAC and Work Type Description Amount Amount Date Amount Completed Previously
Work Type 1 I Storm Water P229 531200 20428001363 I $493 ,637 .00I $493,637.0C
I I I
I I I
Totals This Payment Request $493 637 .00 $493,637 .00
Overall Percentage Complete:
LOCK
UNLOCK
Current Remaining
Invoice Balance
$493 ,637 .0C
$493 637 .00
Exhibit 8-1
Professional Services Payment Request Project Manager: Chad Simmons, P.E.
Project: Eastern Hills Drainage Improvements
City Project#: 01363
Work Type Desc : Storm Water
F/A/C : P229 531200 20428001363
City Sec Number:
Purchase Order :
Company Name: Jacobs
Consultant's PM: Tim Whitefield . P.E.
Vendor Invoice #:
Payment Request#:
From Date :
To Date :
Invoice Date :
Pay Items
Cons ultant Instructions :
Fill in green cells including Percent Complete and Invoiced Previously Quan iti es
When your Invoice is complet e, sav e and close , sta rt Buzzs aw and Add your Invoice to t he
Cons ultant folder within Project's fold er.
email : Tim .Whitefield@jacobs .com
Office Address 777 Main Street, Fort Worth , TX 76102
Telephone : 817-735-6286
Fax: 817-735-6148
Agreement
Agreement Amendment Amendment Amount to Completed Percent
Description Amount Number Amount Date Amount Comoleted
30 -Desion $389 ,264 .0( $389 ,264 .0(
51 -Preliminarv Survev $104 ,373.00 $104,373.0(
Totals This Unit:
Overall Percentage Complete :
($) Invoiced Current Remaining
Previouslv Invoice Balance
$389 ,264 .0(
$104 ,373 .0(
ATTACHMENT C
AMENDMENTS TO STANDARD AGREEMENT FOR
ENGINEERING SERVICES
Eastern Hills Drainage Improvements
AMENDMENTS
A. Article IV, Paragraph G: The ENGINEER shall not be responsible for
recommending construction progress payments .
B. Article IV, Paragraph I: The CITY has established a M/WBE goal for
this contract of 25%.
C. Article IV, Paragraph K (1) (a): Delete: "If such Commercial General
Liability insurance contains a general aggregate limit, it shall apply
separately to this PROJECT of location."
D. Article IV, Paragraph K (1) (a) (ii): Delete : "ENGINEER waives all rights
against the CITY and its agents , officers , directors and employees for
recovery of damages to the extent these damages are covered by the
commercial general liability or commercial umbrella liability insurance
maintained in accordance with this agreement."
E. Article IV, Paragraph K (1) (b) (i): Delete : "ENGINEER waives all rights
against the CITY and its agents, officers, directors and employees for
recovery of damages to the extent these damages are covered by the
business auto liability or commercial umbrella liability insurance obtained by
ENGINEER pursuant to this agreement or under any applicable auto
physical damage coverage."
F. Article IV, Paragraph K (1) (c) (i): Delete: "ENGINEER waives all rights
against the CITY and its agents , officers , directors and employees for
recovery of damages to the extent these damages are covered by workers
compensation and employer's liability or commercial umbrella insurance
obtained by ENGINEER pursuant to this agreement."
G. Article IV, Paragraph K (2) (b): The CITY will not be named as
"additional insured" on the ENGINEER 'S professional liability and
worker's compensation policies .
H. Article IV, Paragraph K (2) (i): Jacobs considers its insurance policies
to be proprietary and therefore any such review of the applicable policies
must be conducted at Jacobs' offices and subject to a confidentiality
agreement. Insurance policies will not include endorsements that may
alter or negate the City 's insurance requirements as pertains to this
agreement.
I. Article IV, Paragraph 0: Permits not expressly scoped in Attachment A ,
Scope of Services , shall not be the responsibility of the ENGINEER.
J. Article VI, Paragraph B: The ENGINEER shall not be liable for any use
of such design documents on any other project.
SPECIAL PROVISIONS
A. Changes of Work : The ENGINEER shall make such revisions in the
work included in this contract which has been completed as are
necessary to correct errors appearing therein when required to do so by
the City without undue delays and without additional cost to the CITY .
If the CITY finds it necessary to request changes to previously
satisfactorily completed work or parts thereof, the ENGINEER shall make
such revisions if requested and as directed by the CITY . This will be
considered as additional work and paid for as specified under Additional
Work.
B. Additional Work: Work not specifically described under "Scope of
Services " must be approved by supplemental agreement to this contract
by the CITY before it is undertaken by the ENGINEER. If the ENGINEER
is of the opinion that any work he has been directed to perform is beyond
the scope of this agreement and constitutes extra work , he shall promptly
notify the CITY in writing . In the event the CITY finds that such work does
constitute extra work , then the CITY shall so advise the ENGINEER , in
writing , and shall provide extra compensation to the ENGINEER for doing
this work on the same basis as covered under Compensation and as
provided under a supplemental agreement. The lump sum fee shall be
adjusted if additional work is approved by supplemental agreement and
performed by the ENGINEER.
C. Consequential Damages: Notwithstanding any other provision of this
Agreement to the contrary, the parties hereto mutually agree that neither
party shall be liable to the other for any indirect , incidental , consequential ,
exemplary , punitive or special damages or loss of income , profit or
savings of any party , including third parties, arising from the parties'
relationship under this Agreement or applicable law.
D. Limit Use to Hard Copies: As a component of the Services provided
under this Agreement, Engineer may deliver electronic copies of certain
documents or data (the "Electronic Files ") in addition to printed copies
(the "Hard Copies ") for the convenience of the Owner. Owner and its
consultants , contractors and subcontractors may only rely on the Hard
Copies furnished by Engineer to Owner. If there is any discrepancy
between any Electronic File and the corresponding Hard Copy , the Hard
Copy controls .
E. Acceptance Procedure: Owner acknowledges that Electronic Files can
be altered or modified without Engineer's authorization , can become
corrupted and that errors can occur in the transmission of such Electronic
Files. Owner agrees that it will institute procedures to preserve the
integrity of the Electronic Files received from Engineer until acceptance .
Owner further agrees that it will review the Electronic Files immediately
upon receipt and conduct acceptance tests within thirty (30) days , after
which period Owner shall be deemed to have accepted the Electronic
Files as received . Engineer will undertake commercially reasonable
efforts to correct any errors in the Electronic Files detected within the 30-
day acceptance period . Engineer shall not be responsible to maintain the
Electronic Files after acceptance by Owner.
F. Warranty of Compatibility: Engineer does warrant or represent that the
Electronic Files specified herein will be compatible with or useable or
readable by systems used by Owner or its consultants , contractors and
subcontractors . Engineer is not responsible for any problems in the
interaction of the Electronic Files with other software used by Owner or its
consultants , contractors and subcontractors .
Consulting Contract Schedule Specifications
City of Fort Worth Capital Improvement Program
Attachment D -Project Schedule
FORT WORTH "-tr,.,.~ -
This PROTECT requires a Tier 3 schedu le as defined herein and in the City 's Schedule Guidance
Document.
01. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall
prepare schedules for consulting services that meet the requirements described in this
specification, showing by Critical Path Method (CPM) the planned sequence and timing of
the Work associated with the Agreement. All submittals shall be s ubmitted in PDF format,
and schedule files shall also be submitted in native file format (i.e . file formats associated
with the scheduling s oftware). The approved scheduling software systems for creating the
schedule files are:
-Primavera (Version 6.1 or later or approved b y CITY)
-Primavera Contractor (Version 6.1 or later or approved by CITY)
-Primavera SureTrak (Version 3.x or later or approved by CITY)
-Microsoft Project (Version 2003/2007 or later or approved by CITY)
D2. BASELINE CONSUL TING 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 CONSULT ANT will
prepare the final detailed baseline consulting services schedule based on CITY 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
t asks, 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 include appropriate meetings, review periods, critical decision
points, including third party utility dependencies and reviewing agencies.
D3 . PROGRESS CONSUL TING SERVICES SCHEDULE: The CONSULTANT shall prepare
and submit monthly to the CITY for approval the updated schedule in accordance with 01
and 02 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 include 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 sc hedule,
Ci ty of Fort Worth , T exas
Attachment D
PM O Release Date: 06.30.2009
Page 1 of 2
• Coordination issues the CITY should be aware of or can assist with,
• Other schedule-related issues that the CONSULTANT wishes to communicate to the
CITY.
D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work
accomplished 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 INSTRUCTIONS:
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 SUBMITTAL AND PAYMENT:
As stated in 111.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: 06.30.2 00 9
Page 2 of 2
North Weiler
Extension
Shadow Creek
JEWELL
" w
<.!) <
.,
.f>.
Q..
South Weiler
Extension
SHELTON
Proposed Multi -Use
Detention Pond
-----r------+----N
• .
W E .
s
Yo landa/Danc iger
OLANDA
Lower Monterrey Storm Drain
24 Inch Pipe YOSEMITE
Shelton Inlets
SHEL TON
Putnam And
MEADOWBROOK
Meadowbrook
Improvements
Proposed Infrastructure
Box Culvert
---Curb Inlet
---Pipe
Ex isting Network
Condiuts
---Cur b Inl ets
s • City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION : Approved on 6/22/2010
DATE: Tuesday, June 22 , 2010
20DESIGN_EASTERNHILLS
REFERENCE NO.: C-24294
LOG NAME :
SUBJECT :
Authorize an Engineering Agreement in the Amount of $493,637.00 with Jacobs Engineering Group, Inc., for
the Eastern Hills Drainage Improvements (COUNCIL DISTRICT 4)
RECOMMENDATION :
It is recommended that the City Council authorize the City Manager to execute an Engineering Agreement
with Jacobs Engineering Group, Inc., in the amount of $493,637.00 for design of the Eastern Hills Drainage
Improvements.
DISCUSSION:
The Storm Water Management Program was established to reduce flooding in Fort Worth, preserve streams ,
minimize water pollution and to operate the storm water system in a more effective manner to fully comply
with state and federal regulatory requirements. This will be accomplished by infrastructure reconstruction
and system maintenance, master planning , enhanced development review and increased public education and
outreach. On October 16 , 2007 , (Ordinance No . 17840-10 -2007) the City Council authorized the issuance
and sale of $25,000,000 .00 in Storm Water (Drainage) Revenue Bonds, Series 2007 , to fund a two year
Storm Water Capital project program .
A request for qualifications to provide drainage design was issued by the City in August 2007 and 26 design
consultants submitted statements of qualifications, including Carter & Burgess, Inc. Carter & Burgess, Inc .,
was selected to study the drainage in this area and to identify needed drainage improvements . Carter &
Burgess , Inc., subsequently merged with Jacobs Engineering Group , Inc.
A detailed study of drainage conditions was undertaken by the consultant and presented to area residents in a
series of public meetings. The resulting master drainage plan for the watershed included a dual use detention
basin soccer field on Fort Worth Independent School District property adjacent to the Eastern Hills
Elementary School, trunk line improvements and extensions and modifications to local drainage lines
throughout the neighborhood. The design services will include the preparation of engineering plans and
contract documents for the bidding and construction of the recommended improvements .
I
Jacobs Engineering Group , Inc., proposes to perform the design services for a lump um fee of $493 ,637 .00.
City staff considers the fee to be fair and reasonable for the scope of services proposed·. The estimated
construction cost for the improvements is $4,400,400.00.
Jacobs Engineering Group , Inc., is in compliance with the City's M/WBE Ordinance by committing to 25
percent M/WBE participation. The City's goal on the project is 25 percent.
This project is located in COUNCIL DISTRICT 4, Mapsco 79C.
FISCAL INFORMATION :
..
_.,
.,. The Financial Management Services Director certifies that funds are available in the current capital budget,
as appropriated of the Storm Water Capital Projects 2007 Reve_nue Bond Fund .
FUND CENTERS:
TO Fund/Account/Centers
CERTIFICATIONS:
Submitted for City Manai:;er's Office by;
Orii:;inatini:; Department Head:
Additional Information Contact;
ATTACHMENTS
1. o 1363 MWBE Compliance .pdf
2. caopfundavail doc
3. FAR-01363-0000I-Step2 pdf
4. M & C Map 01363.pdf
FROM Fund/Account/Centers
P229 531200 204280136330
P229 531200 204280136351
Fernando Costa (6122)
William Verkest (7801)
Chad Simmons (8178701129)
$389,264.00
$104,373.00