HomeMy WebLinkAboutContract 41471CITY OF FORT WORTH, TEXAS
CITY SECRETARY
CONTRACT NO . y_ 1 4-] )
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
ARS Engineers , Inc ., (the "ENGINEER"), for a PROJECT generally described as : Oakwood
Trail Storm Drain 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 , includ ing 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 portion of the bi lling unt il mutually
resolved.
(5) If the CITY fails to make payment in full to ENGINEER for bill ings contested in
good faith within 60 days of the amount due , the ENGINEER may , after giving
7 days' written notice to CITY , suspend services u der this AGREE T until
City of Fort Worth, Texas OFFICIAL RECORD
Standard Agreement for Engineering Rela ted Desig n Service s
PMO Official Release Date: 9.22.2010 CITY SECRETARY
Page 1 of 15
FT. WORTH, TX
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 CI T Y's profess io na l engineering
representative under this Agreement , providing professional engineering
consultation and advice and furnishing customary services incidental thereto .
8. 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 profess ional
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 fo r
subcontract work such as spec ial surveys , tests , tes t borings , or othe r
subsurface investigations in connection with des ign and eng ineering
work to be performed hereunder. The ENGINEER sha ll also advise the
CITY concerning the results of same . Such surveys , tests , and
investigations shall be furnished by the CITY , un less otherwise specified
in Attachment A.
(2) In soils , foundation, groundwater, and othe r 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 eval uations , changed or
unanticipated underground conditions may occur tha t could affect the
total PROJECT cost and/or executio n. T hese conditions and
cosUexecution effects are not the responsibil ity of the ENGINEER.
City of Fort Worth , Texas
Standard Agreement for Eng ineering Related Design Services
PMO Officia l Release Date : 9 .22 .2010
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX 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 , Texas
Standard Agreement for Engineering Related Design Services
PMO Official Re lease Date : 9.22 .2010
Page 3 of 15
OFFICIAL RECOR D
CITY SECRETARY
FT. WORTH, TX
(2) In providing opinions of cost, financial analyses , economic feasibility
projections , and schedules for the PROJECT , the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation or
maintenance costs ; competitive bidding procedures and market
conditions ; time or quality of performance by third parties; quality, type ,
management, or direction of operating personnel ; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore , the ENGINEER makes no warranty that the
CITY's actual PROJECT costs , financial aspects , economic feasibil ity , 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 misrepresentation of fact · t
City of Fort Wort h, Texas OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Standard Agreement for Enginee ring Related Design Services
PMO Official Rel ease Date : 9.22 .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, until 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 compliance w ith 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 wi UJJt:.e.sipeCLJto.J~LQ.ltn.e/
City of Fort Worth , Te xas
Standa rd Ag reement for Engineering Related Design Services
PMO Official Release Date : 9 .22 .20 10
Page 5 of 15
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
insurance or self-insurance programs afforded to the CITY . The
Commercial General Liability insurance policy shall have no
exclusions by endorsements tha t 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 exclus ions 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 , Te xas
Standard Ag reement for Eng ineering Related Design Services
PMO Official Release Date : 9.22 .2010
Page 6 of 15
OFFICIAL RECORD
CITY SECR ETARY
FT. WORTH, TX
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be delivered to the CITY prior to ENGINEER
proceeding with the PROJECT.
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 unde r applicab le policies documented
thereon .
d . Any failure on part of the CITY to request required insurance documentatio n
shall not constitute a waiver of the insurance requirements .
e . A minimum of thirty (30) days not ice 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. Not ice 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 bus iness 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 equ ivalent 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 waive r of subrogat ion in
favor of the CITY as respects the PROJECT.
i. The CITY shall be entitled , upon its request and without incurring expense ,
to review the ENGINEER's insurance policies including endorsements
thereto and , at the CITY's discretion; the ENGINEER may be required to
provide proof of insurance premium payments .
j . Lines of coverage , other than Professional Li ability , underwritten on a
claims-made basis , shall contain a retroactive date coinc ident with or prior
to the date of the contractual agreement. The certificate of insurance shall
City of Fort Worth. Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date : 9.22 .2010
Page 7 of 15
OFFICIAL RECORD
CITY SECR ETARY
FT. WORTH, TX
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 without interruption nor restrictive 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
premiums 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 activities of the PROJECT .
0. Permitting Authorities -Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at the time this Agreement was
executed, the ENGINEER shall revise plans and specifications , as required , at
its own cost and expense. However, if design c · ue to the
City of Fort Wort h , Texas
OFF IC IAL RECORD
CITY SECR ETARY
FT. WORTH, TX
Standard Ag reement for Engineering Related Design Service s
PMO Officia l Re lease Date: 9.22 .2010
Page 8 of 15
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.
P. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedu le
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 provided by the CITY.
B. Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for
the ENGINEER's performance of its services . The CITY will perform , at no
cost to the ENGINEER, such tests of equipment , machinery , pipelines , and
other components of the CITY's facilities as may be required in connection with
the ENGINEER's services . The CITY will be responsible for all acts of the
CITY's personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services , the CITY will obtain ,
arrange , and pay for all advertisements for bids ; permits and licenses required
by local, state, or federal authorities; and land , easements , rights-of-way , and
access necessary for the ENGINEER's services or PROJECT construction.
D. Timely Review
The CITY will examine the ENGINEER's studies , reports , sketches , drawings ,
specifications , proposals , and other documents ; obtain advice of an attorney ,
insurance counselor , accountant , auditor, bond and financial 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.
C ity of Fort Wort h, Texas
Standard Ag reement for Engineering Related Design Services
PMO Offici al Release Date : 9 .22 .2010
Page 9 of 15 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
E. Prompt Notice
The CITY will give prompt written no ti ce to the ENGINEER whenever CIT Y
observes or becomes aware of any developmen t 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 w ill 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 prio r role
in the generation , treatment , storage , or disposition of such materials . In
consideration of the associated risks that may give rise to claims by third
parties or employees of City, C ity hereby releases ENGINEER from any
damage or liability related to the presence of suc h materials .
(2) The release required above shall no t apply in the event the discharge ,
release or escape of hazardous substances , contaminants , or asbestos is a
result of ENGINEER's negligence o r if ENGINEER brings such hazardous
substance , contaminant or asbestos onto the proj ect.
G. Contractor Indemnification and Claims
The CITY agrees to include in all constructi on contracts the prov isions of Article
IV.E. regarding the ENGINEER's Personne l at Construction Site , and
provisions providing contractor indemnification of the CITY and the ENGINEER
for contractor's negligence.
H. Contractor Claims and Third-Party Beneficiaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors , subcontractors and equipment and materials
suppliers on the PROJECT , or their sureties , shall maintain no
direct action against the ENGINEER, its officers , employees ,
and subcontractors , for any claim arising out of, in connection
with , or resulting from the engineering services performed .
Only the CITY will be the benefic iary of any undertaking by the
ENGINEER."
(2) This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no t hird-party beneficiaries .
(3) The CITY w ill include in each agreement it enters into with any other entity or
person regarding the PROJECT a prov ision tha t such ent ity or person shall
have no third-party beneficiary rights under this Agreement.
City of Fort W ort h, Texas
Stand ard Agreeme nt for Engineering Related Des ign Serv ic es
PMO Official Release Date : 9 .22 .2010
Page 10 of 15 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
(4) Nothing contained in this section V.H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
I. CITY's Insurance
(1) The CITY may maintain property insurance on certa in pre-existing structu res
associated w ith the PROJECT.
(2) The CITY will ensure that Builders Risk/Installation insurance is maintained at
the replacement cost value of the PROJECT. The CITY may provide
ENGINEER a copy of the policy or documentation of such on a certificate of
insurance .
(3) The CITY will specify that the Builders Risk/Installation insurance shall be
comprehensive in coverage appropriate to the PROJECT risks .
J. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required or
requested assistance to support , prepare , document, bring , defend , or assist in
litigation undertaken or defended by the CITY. In the event CITY requests such
services of the ENGINEER, this AGREEMENT shall be amended or a separate
agreement will be negotiated between the parties .
K. Changes
The CITY may make or approve changes within the general Scope of Services
in this AGREEMENT. If such changes affect the ENGINEER's cost of or time
required for performance of the services , an equitable adjustment will be made
through an amendment to this AGREEMEN T with appropriate CITY approva l.
Article VI
General Legal Provisions
Amendments to Article VI , if any, are included in Attachment C .
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY .
B. Reuse of Project Documents
All designs, drawings, specifications , documents, and other work products of
the ENGINEER, whether in hard copy o r in electronic · f
City of Fort Worth, Texas
Standard Agreement for Engineering Re lated Des ign Serv ice s
PMO Offic ial Release Date : 9 .22 .201 0
Page 11 of 15
OFF ICI AL RECORD
CITY SECRE TARY
FT. WORTH, TX
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 withou t 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 fo r 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 perfomiance 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 temiinated by either the
CITY or the ENGINEER for cause if eithe r party fa ils substantially to perfom,
through no fault of the other and does not commence correction of such
nonperfomiance with in 5 days of written notice and diligent ly complete the
correction thereafter.
(2) If this AGREEMENT is terminated fo r the convenience of the City , the
ENGINEER will be paid for termination expenses as follows :
a .) Cost of reproduction of partial o r complete studies , plans , specificat ions
or other forms of ENGINEER'S work product ;
b.) Out-of-pocket expenses for purchasing electronic data files and othe r
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 conven ience so
that the work effort is suitable fo r long time storage.
(3) Prior to proceeding with temiination serv ices , the ENGINEER will subm it
to the CITY an itemized statement of all temiination expenses. The CITY'S
approval will be obtained in writing prior to proceeding with term ination
services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend , delay , o r interrupt the serv ices of the ENGINEER for
the convenience of the CITY . In the even t of such suspension , delay, or
interruption , an equitable adjustment in the PROJECT's schedule , commitmen t
and cost of the ENGINEER's personne l and subcontractors , and ENGINEER 's
compensation will be made.
City of Fort Worth . Texas OFFICIAL RECORD
CITY SECR ETARY
FT. WORTH, TX
Standard Agreement for Engineering Related Des ign Servic es
PMO Official Release Date : 9.22 .2010
Page 12 of 15
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 the ir
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 .
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 wh ich may exist or may
be enacted later by governing bodies having jurisdiction or authority for such
enactment. No plea of misunderstanding or ig horance thereof she I be
City of Fort Worth , Texas OFFICIAL RECORD
Standard Agreement for Engineering Related Design Services
PMO Officia l Release Date : 9 .22.2010 CITY SECRETARY
Page 13 of 15
FT. WORTH, TX
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 suc h order, law , o rdinance , or
regulation , whether it be by itself or its employees .
City of Fort Worth , Texas OFFICIAL RECOR D
CITY SECR ETARY
FT. WORTH, TX
Standard Agreement for Eng ineering Related Design Services
PMO Official Release Date : 9 .22 .2010
Page 14 of 15
Article VII
Attachments, Schedules, and Signatures
This AGREEMENT , including its attachments and schedules , const itutes 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:
Contract Authorizatioa -
Date
Ci ty of Fo rt Wort h, Texas
Standa rd Ag reemen t for Engineering Related Design Se rvi ce s
PMO Official Release Date : 9 .22 .2010
Page 15 of 15
ARS Engineers, Inc ,
Ab R. Sandhu , PE, RPLS
Presiden t
By : ___________ _
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
1 loO -\0 -DD L.f
ATTACHMENT "A"
Scope for Engineering Design Related Services for Storm Water Improvements Projects
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. Under this scope, "ENGINEER "
is expanded to include any sub-consultant, including surveyor , employed or contracted by
the ENGINEER.
OBJECTIVE
Design Storm Drain Trapezoidal Gabion Channel for Oakwood Trail Storm Drain
Improvements to avoid flooding to the condominiums bordering the south side of the
channel.
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
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 T earn
• Lead , manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2 . Communications and Reporting
• Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope, understand CITY objectives , and ensure economical and functional
designs that meet CITY requirements .
• Conduct and document monthly project update meetings with CITY Project Manager.
• Conduct review meetings with the CITY at the end of each design phase .
City of Fort Worth , Texas
Attach ment A -Storm Water Utility
PMO Official Re lease Date : 06 .07 .2010
Page 1 of 15
• Conduct and document weekly design team meetings .
• 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.
• 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.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at
the end of the project.
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure , and provide and obtain information needed to prepare the
design .
• With respect to coordination with permitting authorities , ENGINEER shall
communicate with permitting authorities such that their regulatory requirements are
appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs , and make changes necessary to meet
their requirements , as part of the design scope .
• Personnel and Vehicle Identification : When conducting site 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
• Tree Mitigation may be required , which will result in the meeting with the City
Arborist and site visit with the City Arborist.
• Sanitary Sewer line that crosses the proposed drainage ditch may need to be
relocated .
• Number of easements will vary on the final alignment of the trapezoidal gabion
channel.
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
City of Fort W ort h. Te xas
Attachment A -Storm Water Uti lity
PMO Offi ci al Re lease Da te: 06 .07 .201 0
Pag e 2 of 1 s
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 ,
commun icate 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.
ENG INEER will develop the conceptual design of the infrast ructure as follows .
2.1 . Data Collection
• 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 area (if any) and property ownership as available from
the Tax Assessor's office .
• 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 stations 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 drain capacities
for the subject site . A drainage area map will be drawn at maximum 1" = 200'
scale from available 2-foot contour data with the countours labeled . Data source
and year will be provided by the CITY . Calculations 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 responsibil ity
includes recommendations for improvements of the existing system as deemed
reasonable and consistent with CITY standards .
2 .3 . Pollutant Removal
Where feasible , ENGINEER will design new flood control structures to provide
pollutant removal from storm water.
2.4 . Subsurface Utility Engineering
Prov ide Subsurface Util ity Eng ineering (SUE) to Qua li ty Level C & D, as described
below . The SUE shall be performed in accordance w ith CI/ASCE 38 -02 .
Ci ty of Fort W orth, Texas
Attachment A -Storm Water Utility
PM O Official Release Date : 06 .07 .20 10
Pag e 3 of 15
Quality Level D
• Conduct appropriate i nvestigations (e .g ., owne r records , County/CITY records ,
personal interviews , visual inspections , etc.), t o 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 , pe r mit records , field notes , geograp hi c info r mation system data , oral
h istories , etc .) on the existence and approx imate locat ion of existing involved
utilities .
• Review records for : evidence or indication of additional ava ilable records ;
dupl icate or conflicting information ; need for clarification .
• Develop SUE plan sheets and transfer information on all involved utilities to
appropriate design plan sheets , electron ic files , and/or other documents as
required . Exercise professional j udgment to resolve conflicting information . For
information depicted , indicate : utility type and ownership ; date of depiction ;
quality level(s); end points of any util ity data ; line status (e .g ., active , abandoned ,
out of service); line s ize and condition ; number of j ointly 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 ut ilit ies .
• Include survey and correlation of aerial or ground-mounted utility facilities in
Quality Level C tasks .
• Survey surface features of subsurface ut ility facil ities 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 d ifferent 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 Qual ity Level C information .
• Recommend follow-up investigations (e.g ., addit iona l surveys , consultat ion with
utility owners, etc .) as may be needed to further resolve discrepancies .
• Provide Quality Level C to identify overhead ut ilities on the project and provide
the overhead utility information on the SUE plan sheets .
Level 8 (includes tasks as described for Quality Level C)
• Select and apply appropriate surface geophys ica l method(s) to sea rch for and
detect subsurface utilities within the project limits , and/or to trace a particular
utility line or system .
• Based on an interpretat ion of data , mark the i nd ications of utilities on the ground
surface for subsequent survey . Utilize pa int o r othe r method acceptable for
marking of lines .
• Un less otherwise directed , mark centerline of s ingle -condu it li nes , and outs ide
edges of mult i-condu it systems .
City of Fort Worth , Texas
Attach ment A -Storm Water Utili ty
P MO Official Release Da te : 06.07 .2010
Page 4 of 15
• Resolve differences between designated utilities and utility records and surveyed
appurtenances .
• Recommend additional measures to resolve differences if they still exist.
Recommendations may include additional or different surface geophysical
methods , exploratory excavation , or upgrade to Quality Level A data .
• 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.
Level A
• Expose and locate utilities at specific locations .
• Tie horizontal and vertical location of util ity to survey control.
• Provide utility size and configuration .
• Provide paving thickness and type , where applicable.
• Provide general so il type and site conditions and such other pertinent information
as is reasonably ascertainable from each test hole site .
2 .5 . The Conceptual Design Package shall include the following :
• Written summary of alternative design concepts considered , strengths and
weaknesses of each , and the rationale for selecting the recommended design
concept .
• Cover sheet
• Dra inage area map with supporting drainage computations in the CITY 's
standard tabular format.
• SUE Plan sheets sealed by a licensed professional engineer reg istered in the
State of Texas .
• Horizontal alignment (excluding profiles) of proposed storm water improvements ,
includ ing existing lot layout , , streets , street right -of-way , proposed easements ,
and existing utilities gathered during the SUE with in the project limits .
• Proposed phasing of water, sanitary sewer, street and drainage work
documented in both the project schedule and narrat ive form .
• Documentation of proposed flood control struct ure(s) pollutant removal design .
• Documentation of key design decisions (Project Decision Log).
• Estimates of probable construction cost .
City of Fort Worth , Texas
Att achment A -Storm Water Ut ility
PMO Offi cial Rel ea se Date: 06 .07 .2010
Pag e 5 of 15
ASSUMPTIONS
• All storm water calculations and design shall conform to the City of Fort Worth
Storm Water Management Design Manual, March 2006 .
• Sanitary Sewer line design shall conform to City of Fort Worth Policy and
procedure for processing Water and Waste Water projects for design and
Construction , April 1999.
• The SUE and SUE plan sheets shall be in accordance with CI/ASCE 38-02.
• Plan drawings for storm water, water, and sewer shall be at a 1 :20 scale.
• 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 .
DELIVERABLES
A. 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
• Drainage area maps showing proposed improvements with drainage calculations
and hydraulic computations in accordance with the City of Fort Worth Storm
Water Management Design Manual, March 2006 .
• 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).
• SUE plan drawings .
• 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
City of Fort Worth , Texas
Attachment A -Storm Water Utili ty
PMO Official Release Date : 06 .07 .2010
Page 6 of 15
sewer mains , ex isting utilities gathered during the SUE and existing util ity
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 City's standard deta ils . These may include connection
details between various parts of the project , tunneling details , boring and jacking
details , waterline relocations , details un ique to the construction of the project ,
trenchless details , and special service lateral reconnect ions .
• Prepare separate drawings for water and/o r sanitary sewer mains including a
overall water and/or san itary 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 improvement/ ex isting 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 follow ing : 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 pert inent 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 reconnect ing all identifiable water and/or
wastewater service lines which connect directly to any main be ing replaced ,
including replacement of existing service lines within C ity right-of-way or utility
easement. When the existing alignment of a water and sanitary sewer main or
lateral is changed , provis ions will be made in the final plans and/or specifications
by the ENGINEER to relocate all service lines wh ich are connected to the existing
main and connect said service lines to the relocated main .
• The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main : The CITY shall
furn ish the ENGINEER w ith a sample format of how the sewer serv ice line
reroute/relocation should be designed and submitted for construction . During
design survey , if a rod can be inserted through the cleanout to the bottom of the
service line, the ENGINEER w ill 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 des ign survey , the ENG INEER shall delay
the design of the sewer service line until afte r a Quality Level A Subsurface Util ity
Engineering (SUE invest igation 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 determ ines 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-
City of Fort Worth , Texas
Att achment A -Storm W ater Utili ty
PMO Offici al Release Date: 06 .07 .20 10
Page 7 of 15
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 san itary sewer serv ice line to be rerouted or relocated .
3 .2 . Geotechn ical Invest igation/Pavement Design
• So il invest igations, 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 determin ing soil cond it ions 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
Construct ion personnel to walk the project. The ENGINEER shall summarize the
CITY 's comments from the field visit and submit th is information to the CITY in
writing .
3.4 Public Meet ing
• After the preliminary plans have been reviewed and approved by the CITY , the
ENGINEER shall prepare project exhibits , and attend public meeting to he lp
expla in the proposed project to residents . The CITY shall select a suitable
location and mail the invitation letters to the affected customers . The ENGINEER
shal l coord inate with CITY GIS staff to identify affected property owners/residents
and develop a spreadsheet listing addresses of those to invite to the public
meeting .
3 .5 Utility Clearance
• The ENGINEER w i ll consult with the CITY 's Transportation and Public Works
Department , Water Department , and other CITY departments , publ ic util ities ,
private ut ilities , and government agencies to determine the approximate location
of above and underground utilities , and othe r facilities (current and future) that
have an impact or influence on the project. ENGINEER will des ign CITY facilities
to avoid or m inimize conflicts with existing utilities , and where known and
poss ible consider potential future utilities in designs .
• The ENGINEER shal l deliver approved prel iminary construct ion plans to the
CITY 's Utility Coord inator for forward ing to a ll util it y companies wh ich have fac ilit ies
within the limits of the project.
City of Fort W orth, T exas
Attachment A -Storm W ater Utility
PM O Offi cial Rele as e Date : 06 .07.2010
Page 8 of 15
ASSUMPTIONS
• All storm water calculations and design shall conform to the City of Fort Worth
Storm Water Management Design Manual, March 2006 .
• 2 borings at an average bore depth of 15 feet each will be provided .
• 4 copies of the geotechnical report will be delivered to the CITY .
• Plan and Profile drawings for storm water, water and sewer shall be at a 1 :20
scale .
• 1 O full size (22" x 34 ") plans will be delivered for Utility Clearance .
• 1 full size (22" x 34") plans will be delivered for Constructability Review .
• 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 .
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
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 :
• 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 .
City of Fort Worth , Texas
Atta chment A -Storm Water Ut ility
PMO Official Release Date : 06 .07 .2010
Page 9 of 15
ASSUMPTIONS
• All storm wate r calculat ions and des ign sha ll conform t o the C ity of Fort Worth Storm
Water Management Design Manual , March 2006 .
• 8 half size (11 " x 17") and 1 full size (22 " x 34 ") drawings and 2 specifications will be
del ivered fo r the 90% design .
• 1 full size (22 " x 34 ") d rawings and 2 specificat ions w ill be del ivered for the 100% design .
• [ENGINEER to provide estimated final sheet li st (cove r, d r ainage area map , project
control , easement layout , SUE plan sheets , no . of plan/profiles , specia l deta i l shts , etc.)]
DELIVERABLES
A. 90% construction plans spec ificat ions .
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 us ing the CITY 's standard bid items and
format.
E. Original cover mylar for the signatures of authorized C ITY officials .
TASK 5. BID PHASE SERVICES.
ENGINEER w ill support the bid phase of the project as follows :
5 .1. Bid Support
• The ENGINEER sha ll upload all plans and contract documents onto Buzzsaw for
access to potent ial bidders . Contract documents shall be uploaded in .pdf files
and the plans in .pdf and .dwf files .
• The ENGINEER shall sell contract documents and maintain a plan holders list
from documents sold and down loaded from Buzzsaw.
• The ENGINEER will develop and implement procedures for rece iving and
answering bidders ' questions and requests for additional 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
approved addenda onto Buzzsaw and mail addenda to all plan holders .
• Attend the prebid conference in support of the C ITY .
• Assist the CITY in determ in ing the qual ificat ions and acceptab ility of prospective
contractors , subcontractors , and suppliers .
City of Fort Worth , Texas
Atta chme nt A -St orm Wa ter Utili ty
PMO Official Release Da te : 06 .07 .2010
Page 10 of 15
• When substitution prior to award of contracts is allowed in the contract
documents , the ENGINEER w ill 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 for the construction proj ect , assist the CITY
in evaluat ing bids , and recommend award of the contract.
• Assist the CITY with assembling and awarding contracts for construct ion ,
materials , equipment, and services .
• Incorporate all addenda into the contract documents and issue conformed sets .
ASSUMPTIONS
• The project will be bid only once and awarded to one contracto r.
• 20 sets of conformed plans and specifications w ill be delivered to the CITY . The
20 plans shall consist of 10 full size (22 " x 34 ") and 10 half size (11 " x 17")
drawings .
DELIVERABLES
A. Addenda
B .' Bid tabulations
C . Recommendat ion of award
D . Conformed construction documents
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construct ion phase of the project as follows .
6 .1 Construction Support
• The ENGINEER sha ll attend the preconstruction conference .
• After the pre-construction conference , the ENGINEER shall provide project
exhibits and attend public meeting to help expla in the proposed project to
residents . The CITY shall select a suitable location and mail the invitation letters
to the affected customers .
• The ENGINEER shall vis it the project site at requested intervals as construction
proceeds to observe and report on progress .
• The ENGINEER shall review shop drawings , samp les and other subm ittals
submitted by the contractor for general conformance w ith the design concepts and
general compliance with the requirements of the contract for construction . Such
review shall not rel ieve the Contractor from its responsibil ity for performance i n
accordance with the contract for construction , nor is such rev iew a guarantee that
the work covered by the shop drawings , samples and submittals is free of errors ,
City of Fort W orth , Texas
Attachme nt A -Storm Water Util ity
PMO Offi cial Releas e Date: 06 .07.2010
Pa ge 1 1 of 15
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 Record Drawings
• The ENGINEER shall prepare record drawings from information submitted by the
inspector and/or Contractor. The drawings shall be submitted as full size (22 " x
34 ") mylar drawings .
• Record Drawings shall also be submitted as an Adobe Acrobat PDF format
(version 6.0 or higher) file and DWF format. There shall be one (1) PDF file
and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for
the Water plan set. Each PDF and DWF file shall contain all associated sheets
of the particular plan set. Singular PDF and DWF files for each sheet of a
plan set will not be accepted. PDF and DWF 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"
designating the file is of an original plan set, "36" shall be the total number
of sheets in this file .
Example : X-12755_org18.pdf
Both PDF and DWF 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 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 .
City of Fort Worth , Texas
Attachment A -Storm Water Utility
PMO Official Release Date : 06 .07 .2010
Page 12 of 15
ASSUMPTIONS
• 3-Site Visits
• Review up to 5 Shop Drawings or Submittals
• Respond up to 4 RFl's
• Review up to 4 Change Orders
• Final Project walk th rough and punch list
• Submit memo to the City describing the walkth rough and close the proj ect
DELIVERABLES
A. Public meeting exhibits
8 . Response to Contractor's Request for Information
C. Review of Change Orders
D. Rev iew of shop drawings
E. Final Punch List items
E. Record Drawings
TASK 7. ROW/EASEMENT SERVICES .
ENGINEER will support and perform activities related to ROW and easements as outlined
below , per scoping direction and guidance 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 identified based on available informat ion and recommendat ions will be made
for approval by the CITY .
7 .2 Right-of-Way/Easement Preparation and Submitta l.
• The ENGINEER shall prepare documents to be used to obta in right -of-way and
permanent and/or temporary easements required to construct the improvements .
• 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 , ma il and obtain Temporary
Right of Entries from landowners . It is assumed that letters will only be required
for land owners adjacent to temporary construct ion easements or who are
directly affected by the project and no easement is required to enter their
property .
C ity of Fo rt W ort h, Texas
A ttachm ent A -Sto rm W ater Util ity
PM O Offici a l Releas e Date : 06 .07 .2010
Page 13 of 15
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY 's Buzzsaw site.
ASSUMPTIONS
• Prepare three (3) Easement Exhibits and Descriptions .
• Prepare three (3)Temporary Construction Easement.
• Deliver sealed and signed Drainage Facil ity Easements as per the requirement of
Real Property .
• Right -of-Way research includes review of property/right-of-way records based on
current internet based Tarrant Appraisal District (TAD) information available at
the start of the project and available on-ground property information (i.e . iron
rods , fences , stakes , etc .). It does not include effort for chain of title research ,
parent track research , additional research for easements not included in the
TAD , right-of-way takings , easement vacations and abandonments , right-of-way
vacations , and street closures .
DELIVERABLES
A . Right-of-Way, easement exhibits and metes 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 des ign 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 m inimum survey information to be prov ided on the plans shall include the
following :
-A Project Control Sheet , showing ALL Contro l Points , used or set while
gathering data . Generally on a scale of not less than 1 :400 :
-The follow ing information about each Control Point ;
a. Identified (Ex isting . CITY Monument #8901, PK Nail , 5/8 " Iron Rod)
b. X , Y and Z Coordinates , in an identified coord inate system , and a
referred bearing base . Z coordinate o n CITY Datum only .
c . Descriptive Location (Ex . Set in the centerl ine of the inlet in the South
City of Fo rt W ort h , Texas
A tt achme nt A -Storm Water Utility
PMO Official Re leas e Date: 06 .07.20 10
Page 14 of 15
curb line of North Side Drive at the East end of rad ius at the Southeast
corner of North Side Drive and North Main Street ).
8.2 . Temporary R ight of Entry Preparation and Subm itta l
• Prior to entering property for field survey , the ENGINEER shall prepare , ma il and
obtain Temporary Right of Entry from landowners .
• The documentation shall be provided in conformance with the c hecklists and
temp lates available on the CITY's Buzzsaw site .
TASK 9. PERMITIING .
ENGINEER will prov ide permitting support for the CITY to obtain any and all agreements
and/or permits normally required for a project of th is s ize 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 for proposed SWPPP improvement that the Contractor must
use during construction . Contractor will be respons ible for filing the SWPPP with
appropriate regulatory agencies .
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, ENG I NEER 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 writ ing by both parties before the services are performed . These
additional services include the following :
• Negotiation of easements or property acquis it ion .
• 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 serv ices .
• Services necessary due to the default of the Contracto r.
• Services related to damages caused by fire , flood , earthquake or other acts of
God .
• Services related to warranty cla i ms , enforcement and inspection after final
completion .
• Services to support , prepare , document , brin g , 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 .
City of Fort W orth , Texas
Attachment A -Storm Water Utility
PMO Offici al Re leas e Date: 06 .0 7 .2010
Page 15 of 15
ATTACHMENT B
COMPENSATION
Design Services for
Oakwood Trail Storm Drain Extension
City Project No. 00675, D.O.E. NO. 5681
Lump Sum for design services and Time and Material for construction services
I. Compensation
A. For Tasks 1.0 to 5.0 and 7.0 to 10.0, The ENGINEER shall be compensated a
total lump sum fee of $158,547 as summarized in Exhibit B-1 -Engineer Invoice
and Section IV -Summary of Total Project Fees . The total fee which includes
lump sum fee for design services and time and materia l for construction services
shall be considered full compensation for the services described in Attachment A.
including all labor materials , supplies , and equipment necessary to deliver the
services .
B . For Task 6.0, the ENGINEER shall be compensated a total not to exceed
$28,687 for personnel time , non-labor expenses and subcontract expenses in
performing construction services enumerated in Attachment A as follows :
i. Personnel Time . Personnel time shall be compensated based upon hours
worked directly in performing the PROJECT multiplied by the appropriate Labor
Category Rate for the ENGINEER's team member performing the work .
Labor Category Rate as presented in the rate schedule table below is the rate for
each labor category performing the work and includes all direct salaries ,
overhead , and profit.
Labor Category 2011 Rate 2012 Rate
($/hour) ($/hour)
Principal 239.00 246 .00
P .E . Sr . Project Manager 181 .00 187 .00
P .E. Sr . Enaineer 165.00 170.00
Junior Enqineer 108.00 111 .00
CADD Technician 79 .00 82 .00
Administration 74.00 76.00
RPLS Project Manaqer 142 .00 146.00
Sr. Survey Technician 97.00 100 .00
Survey Technician 91.00 93 .00
3 man Crew 187 .00 193.00
2 man Crew 148.00 153.00
Abstractor 55 .00 56 .00
ii. Non -Labor Expenses . Non-labor expenses shall be reimbursed as Direct
Expenses at invoice or internal office cost.
Direct Expenses (non-labor) include, but are not limited to , m ileage , travel and
lodging expenses ,· mai l , supplies , printing and reproduction services , other direct
City of Fort Worth , Texas
Attachment B
PMO Official Release Date : 5.19 .201 O
Page 1 of 5
C .
11.
A.
B .
C .
D .
Ill.
A.
ATTACHMENT B
COMPENSATION
expenses associated with delivery of the work ; plus applicable sales , use, value
added , business transfer, gross receipts , or other similar taxes .
iii. Subcontract Expenses . Subcontract expenses and outside serv ices shall
be reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
iv . Budgets . ENGINEER will make reasonable efforts to complete the work
within the budget and will keep the City informed of progress toward that end so
that the budget or work effort can be adjusted if found necessary .
ENGINEER is not obligated to incur costs beyond the indicated budgets , as may
be adjusted , nor is the City obligated to pay ENGINEER beyond these limits .
If ENGINEER projects, in the course of providing the necessary services , that the
PROJECT cost presented in Article 2 of this Agreement will be exceeded , whether
by change in scope of the project, increased costs or other conditions , the
ENGINEER shall immediately report such fact to the C ity and , if so instructed by
the City , shall suspend all work hereunder.
When any budget has been increased , ENGINEER 's excess costs expended prior
to such increase will be allowable to the same extent as if such costs had been
incurred after the approved increase .
The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
Method of Payment for Design Services
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 compl iance with the terms of
this Agreement by an officer of the ENGINEER.
Method of Payment for Construction Services
The ENGINEER shall be paid by the City based upon an invoice created on the
basis of statements prepared from the books and records of account of the
ENGINEER , based on the actual hours and costs expended by the ENGINEER
in performing the work .
City of Fort Worth , Texas
Atta chment B
PMO Official Re lease Date : 5.19 .2010
Pag e 2 of 5
ATTACHMENT B
COMPENSATION
B . Each invoice shall be verified as to its accuracy and compl iance with the terms of
th is Agreement by an officer of the ENGINEER.
C . ENGINEER shall prepare and submit invoices in the format and including content
as presente d in Exhibit 8 -1 .
D . Payment of invoices w ill be subj ect to cert ificat ion by the City that such work has
been performed .
IV. Progress Reports
A The ENGINEER shall prepare and submit to the designated representat ive of the
Storm Water Department monthly progress reports and schedules in the format
requ ired by the City.
V . Su mmary of Total Project Fees
Firm Primary Res p on s ib ility I Fee Amount I %
P r ime Co nsulta nt
ARS Engineers , Inc. I Eng ineering , Surveying , SUE I $128 ,609
I
68.68
· (Partial), & Project
I Man a gement I I
ARS Eng ineers, Inc. Construction Services I $28 ,687 I 15 .32
Pro posed M/WBE S ub-C onsultants
STL Eng ineers l Geo-Te chnical Re port I $9 ,000 ! 4 .81
I EJES , Inc.
I Walker Re p rographics
I SWP P P $7 ,000 3 .74
I I Pri nting & Re prod uction $4 938 2 64
Gorrondona & i Subsurface Utility Eng ineering
l
$9 ,000 I 4 .8 1 I
Associ ates , Inc. I I I
I I I I I
I I No n-M/W B E Consulta ni
TOTAL i $187,234 100%
Project Number & Name Total Fee M/WBE Fee M/WBE %
Oakwood Trail Storm Drain Ext . -City $187 ,234 $29 ,938 16 .00%
Project No . 00675, D .O .E . No . 5681
C ity M/WBE Goal= 16.00% Consultant Comm itted Goal = 16.00 %
City of Fort W ort h , Te xas
Atta chment B
PMO Officia l Re lea se Date : 5.19 .20 10
Page 3 of 5
i
I
i
!
I
I
City of Fort Worth , Texas
Attachment B
PMO Offic ial Release Date : 5.19 .2010
Page 4 of 5
ATTACHMENT B
COMPENSATION
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Design Services for Oakwood Trail Storm Drain Extension
City Project No. 00675, D.O.E. No . 5681
City of Fort Wort h, Texas
Anachment B
PMO Official Re lease Date : 5 .19 .2010
Page 5 of 5
See following pages
Professi onal Services Payment Request Proleci Ma nager: Rya n s . Hague , P.E.
Pr oject: Oakwood Tra il Storm Dra in Extens ion
City Project #: 00675
Wor k Type De sc : Con sutl ant In stru ct ions :
F/AIC :
City Sec Number :
Purchase Order :
Company Name : AR S Engineers . Inc.
Consultant's PM : Ram Gopal, P .E.
Vendor Invoi ce#:
Payment Request #:
From Date :
To Date :
Invoi ce Date :
Pay Items
Descri ption
Totals This Unit :
FIii in gree n eels lnc lud lng Percen t Complete and In vo iced Prevlou sty QuanlOes
Whe n your lrw ok::e Is complete , save and d ose, sta rt Buzzsaw and Add your Invoice to the
Consutl anl fold erwtthln Project's folder.
emall : rgopal@>arsergineers.com
Offi ce Address 10 1 Summil Avenue . STE . 510. Fon W onh, TX 76 102
Tele phone : 8 17-332-7640
Fax : 8 17-332 -7686
Agreement
Agreement Amendment Amendment Amount to Completed
Amount Number Amount Date Amount
Overall Percentage Complete :
Percent ($) Invoiced Current Remaining
Comoleted Prevlouslv Invoice Balance
Professional Services Pa ment Re uest Project Manager: Ryans . Hague , P.E. Summary
Project: Oakwood Trail Storm Drain Extension
City Project#: ~0_0_67_5 ______ ...,
City Sec Number :
Purchase Order :
Company Name:!._A_R_s_E_n_g_in_ee_,_s._i_nc_. _________ __,
Consultant's PM : Ram Gopal . P.E.
Vendor Invoice #:
Payment Request#:,__ ________ __.
From Date :
To Date :
Invoice Date :
Consultant In st ruct ion s:
FIii in green cells Including Invo ice Number, From and To Oates and the Included worksheets .
When your Invo ice Is complete, save and close, star1 Buzzsaw and Add your Invoice to the
Consultant folder within Prefect's folder.
emall : roooallwarsenoineers.com I
Office Address 101 Summ it Avenue . STE . 510. Fort Worth , TX 76102
Telephone : 817-332-7640 I
Fax: 817-332-7686 I
Agreement
Agreement Amendment Amount to Completed Percent ($) Invoiced
Sheet FAC and Work Type Description Amount Amount Date Amount Completed Previously
Wo rk Type 1
WorkTvce 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Totals This Payment Request
Overall Percentage Complete:
LOCK
Current Remaining
Invoice Balance
Exoense
Task No. Task Description
E
1.0 Proiect Manaaement $0
1.1 Manaaina the Team
1.1.1 Internal Team Meetinas
1.1 .2 QA/QC
1.2 Communicat ions and Reoortina
1.2.1 Pre-DesiQn Coordination Meetina
[monthly, bi-monthly, monthly] Proj ect
1.2.2 Uodate Meet inas
1.2.3 DesiQn Submittal Review Meetinas
1.2.4 Prepare Baseline Schedule
t'repare Montnly 1-'rogress Reporls with
1.2.5 Schedule
1.2.6 Preoare Monthly MWBE Reoorts
1.2.7 lnvoicinQ
1.2.8 Pro ject Site Visit
2.0 Conceptual Desian 130-Percentl so
2.1 Data Collection
2.2 Dra inaae Comoutations and Drainaae Area Ma
2.3 Pollutant Removal (lnvestiaate Lona Te rm BMf
2.4 Subsurface Ut ility EnQ ineerina
2.5 Des ian DrawinQs
2.6 Proiect Decision Loa
2.7 Construction Estimate
3.0 Preliminarv Desian (60 Percent)
3 .1 Preliminarv Des iQn Drawinas
3 .2 Geotechnical lnvestiaat ion/Pavement Des ian
3 .3 Constructabil itv Review
3.4 Public Meetina
3 .5 Utility Clearance
3 .6 Traffic Control Plan
3.7 Project Decision LoQ
3 .8 Construction Estimate
City of Fort Worth , Texas
Att ac h ment B -Level of Effo rt Supplem en t
PMO Official Release Date : 5 .19 .201 O
so
Travel
Total Expense Task Sub Total
Reproduction Cost
$0 $0 $0 $14 189
$0 $706
$0 $1 ,41 1
$0 $628
$0 $1 ,411
$0 $1 ,488
$0 $706
$0 $408
$0 $882
$0 $1 ,102
$0 $0 $9 000 $48 233
$0 $915
$0 $6 ,444
$9,000 $13 ,939
$0 $19,328
$0 $408
$0 $1 ,323
$0 $0 $9,000 $27 ,120
$0 $11,654
$9,000 $9,000
$0 $1 ,555
$0 $2 ,933
$0 $882
$0 $0
$0 $408
$0 $689
1 of 3
Exoense
Task No .
Task Description
Travel
BE
4.0 Final Desian
Final Draft (90%) Construction Plans and
4.1 Soecifications
4.2 Final 1100%l Pla ns and Specifications
4.3 Project De ci s ion Leas (90% and 100%)
4.4 Construction Estimates 790% and 100%)
5.0 Bid Phase
5.1 Bid Sunnort
Sell Contract Documents and Mainta in Plan Ho
5 .1.1 List
5.1 .2 Issue Addenda
5 .1.3 Attend Pre-bid Conference
5 .1.4 Attend Bid Ooenina
:,,1 ,:, I aou1ate l:l1ds and Recommena Award
0.1.t> issue Lontormea Lonrrac uocumems
6.0 Construction Phase Services
6.1 Construction Sunnort
6 .1.1 Attend Preconstruction Conference
6 .1.2 Attend Public Meetina
6 .1.3 Proie ct Site Visits
6 .1.4 Submittal Review
b .1 .:0 Heauest ro r 1nrormat1onfChanae uraer Hev1ew
6 .1.6 Final Walk Throuoh and Punch List
6.2 Record Drawina s
7.0 ROWfEasement Services
Right-of-Way Research (Boundary Research ,
7 .1 Locate property corners)
Right-of-Way/Easement Preparation, Bo un dary
7.2 Analysis and Submittal
7 .3 Temoorarv Riehl of Entrv Submittal
8.0 Survev
Design Survey (Additional Topographic Survey,
8 .1 Locate & Measure Sanitarv Sewer Lines)
8 .2 Construct io n Survey
8 .3 Verify Ho rizontal and Vertical Control
City of Fort Worth , Texas
Attachment B · Level of Effort Supplement
PMO Off ic ial Release Date : 5 .19.2010
$0
$0
$0
$0
$0
Total Expense Task Sub T otal
Reproduction Cost
$0 $0 $0 $18 528
$0 $11,312
$0 $5,887
$0 $408
$0 $921
$0 $0 $0 $8158
$0 $1 ,632
$0 $1 ,720
$0 $673
$0 $1 ,009
$C :t,l ,J/C
'sr ,l)00~
$0 $0 $0 $28,687
$0 $1 ,009
$0 $2,106
$0 $4 ,234
$0 $4 ,410
"' ::>0 ,0'+C
$0 $1 ,345
$0 $6 ,262
$0 $0 $0 $12 162
$0 $5 ,911
$0 $5 ,601
$0 $650
$0 $0 $0 $10 154
$0 $9 ,05 1
$0 $0
2 of 3
Task No. Task Description
9.0 Permittina
9.1 SWPPP
9.2 Environmental Services
9.3 Floodplain Services
9.4 TxDOT
9.5 Railroad
9.6 TDlR
City of Fort Worth Parks Conversion (Tree
9.7 Mitigation)
10.0 Other Costs
10 .1 Mao/Deeds
10.2 Milage
10.3 Reprographics (Xerox copies & Plots)
10 .4 Delivery/Courier Service
City of Fort Worth , Texas
Attachment B -level of Effort Suppleme nt
PMO Official Release Date : 5. 19 .201 O
Expense
Travel
BE
$0 $0
$0 $857
$757
$100
T$0 $857
Total Expense Task Sub Total
Reproduction Cost
$0 $7000 $10 230
$7 ,000 $7 ,000
$0 $0
$0 $0
$0 $0
$0 $0
$0 $0
$0 $3 ,230
$800 $6 595 $6777
$0 $182
$757 $757
$500 $5,438 $5 ,438
$300 $300 $300
$100 $100
$800 $31,595 $184,240
Project Summary
Total Hours 1,304
Total labor $152,645
Total Exoense $31 ,595
MWBE Subconsultant $29 ,938
Non -MWBE Subconsultant $0
1 0% Subconsultant Markup $2 ,994
MWBE Participation 16 .0%
Total Prolect Cost $187,234
3 of 3
ATTACHMENT "C "
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Des ign Services for
City of Fort Worth , Texas
Attachment C
PMO Re lease Date : 05 .19 .2010
Page I of I
Oakwood Trail Storm Drain Extension
City Project No . 00675 , D.O.E. NO. 5681
NIA
Consulting Contract Schedule Specifications
City of Fort Worth Capital Improvement Program
Attachment D -Project Schedule
FORT W ORTH ----...., I ,--• L
771is PROTECT requires a Tier D-1 schedule as defined herein and in th e City's Schedule Guidance
Document.
Dl . 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 submitted in PDF format,
and schedule files shall also be submitted in native file format (i .e. file formats associated
with the scheduling software). The approved scheduling software systems for creating the
schedule files are :
Primavera (Version 6.1 or later or approved by CITY)
Primavera Contractor (Version 6.1 or later or approved by CITY)
Primavera SureTrak (Version 3.x or later or approved by CITY)
Microsoft Project (Version 2003/2007 or later or approved by CITY)
D2 . BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the
CONSULTANT shall develop, submit and review the draft detailed baseline consulting
services schedule with the CITY to demonstrate the CONSULTANT's understanding of the '
Agreement requirements and approach for performing the work. The CONSULTANT will
prepare the final detailed baseline consulting services schedule based on 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
tasks, subtasks, and activities associated with delivering the work.
b. The schedule shall accurately describe the major work activities , key milestones, and
dependencies/relationships as appropriate to the work.
c. The scheduie should include appropriate meetings, review periods, critical decision
points, including third party utility dependencies and reviewing agencies .
D3 . PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare
and submit monthly to the CITY for approval the updated schedule in accordance with Dl
and D2 and the CITY's Schedule Guidance Document inclusive . As the Work progresses,
the CONSULT ANT 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 concis e schedule narrative that
highlights the following, if appropriate and applicable :
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
City of Fort Worth , Texa s
Attach ment D
PMO Re lea se Dat e : 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.
04. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work
accomplished falls behind that scheduled due to factors within the CONSULTANT's
control, the CONSULT ANT 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 .
05. SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nahlre 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.
06. SCHEDULE SUBMITTAL AND PAYMENT:
As stated in III .A.(1). of the Agreement, CONSULT ANT 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
Attachmen t D
PMO Re lease Date : 06 .30 .2009
Page 2 of 2
Attachment "D"
Project Schedule
Oakwood Trail Storm Dra in Exte nsion
City Project No . 00675 . DOE No . 5681
0 Task Name Duration S1i111 F"'inish Otr•.2010 Otrl ,2011 Otr2,2011 OtrJ.2011 Otr •.2011
--,-;--Not1ce 10P,oce&d -·----·----·--------------,day -lue10/26110 Tu•I0/261 10 ~l~-Dec -Jan~[ MM _ -~~I-~=c.Jun -~~-.§!!> Od::I:. ~Dec
-1: Pre-Engineenno Sdays
Data Collection l Odays
-:~:: Di!slgnPhaH 1Jldays
Conuptual Engin•uing 42days
Survey 25 days
, I Pr,ipare Conceptual Eng1ne@fing ptans 2S days
--;--1 JQ,-. Conceptual Plan Subminal tday
·=] Conceolual Pia,, Review by City IOdays
·~
ProjeCI Review Meeting 1day
'' Prellmlnary Englneerlng 51days
~; ___ g Prepare Prel,minary Plaii, and Spec,ltcahons (60%1 •Sdays
s o,-. P1el!rrinary Plat\ Subtrillal 1 day
"l Pr eliminary PtMs and SPf!c:ific atioos Review by City 10days
:l Pro1 ect Re111ew Meetrno !day
Submt Plans to Utility Coimariin 1 day
17 Public Meeliog 1 day ,, Final Engineering 37 days
,g-Prepa111 Fin/II Phms and Spe:cificalions (SO-I.) 1Sdays
,.-1 90 •4 Prellrrinary Plan Subrrinal 1 day
':] Fin al Plans Md Spcilication ReviN by the City Sdays
4 P1ojecf ReYIN Mee11n9 1 day
23 .Address Final Rev,ew Corrmenls 7days
Ii"" Submit Final Plans a,,d Specilicaoon ( t oo•t.) I day
25-O,culate Plans tor Signatu•es 7days ~l Con1trucUon PhHe 190 days
Pre-Construcllon Anl1tance 62d1y1 ~:a Advt1rlis'! P1 ojed JO day•
Coen Bids 1 day
P,oje ct Aw;wd JO d ays
" P,e-Construcfion Conle,ence 1 day
Construction Phase Servk:e, 105 days
Cons 1rudion Supporl 90days
P,ojecfSite Visit I day
35 3 Pubhc Meetmg I d ,y
-,. 3 SUbmittNReview 90days
Wed 10/27/10
Wed 1 1/3/10
Wad10/27/10
Wad 10/27/10
Wed 10/27110
Wf!dll/J/10
Wed 12/a/10
Thu 12/9110
Thu 12/23/10
P:rl 12/24110
Fri\2/2'110
Fri2/2S/11
Mon212&'11
MonJ/11/11
Tue 3115/11
WadJ/16/11
Thu 3117/1 1
Thu 3117111
Thu 4f7111
Fri4/81 1 1
Fril/15/11
Monl/18111
Wf!dl./21/11
Thu412&'11
Mo"5/9/11
Mon 511/11
Mon 519/11
Mon 6/20l11
Tue612 1/11
TueS/2/11
Mo"t/$11 1
Mon9/5J.11
Mon1 19/12
Tue 1110/12
Mon9/5/11
Tue 1 112110
Tua 11/16/10
FrlSN11
Thu 12/23/10
Tua 11130/10
Tue 1211110
Wed12/11110
Wed 12/22/10
Thu 12123110
Wadl/16111
Thu2/2"11
Fri2/25/11
FiiJ/11111
Monl/11111
TueJ/1S/11
Wedl/1 61 11
Fr1SN11
Wtld4/6/1 1
Thu l n/11
Thu4/U /11
Fril/15/11
Tue "26/11
We<J•121111
Fri5/6/11
Fri 1/2711 2
Tua t/2/11
·F,16/17/11
Mon6/20/11
Mon811111
Tue8f2/11
Frt1/27f12
Fri 1/6fl2
10127 .1112
11 d i1111111 I ,
I : • •
10121 .-11/30
1113 12/7
12/8 f12111
"" 12/22
T
12/23,!l~J
12/24 2/24
.j. 21251212•
212,111.3111 I
J/14 ll/14 : ...
J /151 13/15 :
J/16 jJ/16 :
;; ' .
J/17 -i4'6
.;, r417
•~ ifl,-v1 c
'.4115 j.,1s
: "" il :4121
4127 r4/27
4121 ii 515
"' ~6117
,/20 T 112·0
6/21 1/1
'"
111 0 11110 ~~
;;· 9 RFI I Change Orde1 Review 90days
Mon 1/9112
Tua 1110112
Fri 116/12
Fri l l&/12
Fn 1/27112
9/5 ,,,.
,.--3 Record Drawings
Pr~ :Oakwood Trail s rcrm Drain Ert.
Days shown are working days
Task Progress
C1111c.alTask
tSdays Mon 119112
Critical Task Progress
Milestone • Rolled Up Task
Rolled Up C ritlcal Task
Sul'l"IITlary l@ .. ••••O Rolled Up Milestone 0
Page 1 of 1
119 1127
Rolled Up Progren P ,oj~ct Surrma,y • •
Splil I ••
Group By Sl,lllYTW"f ··----·· Oedne
Wed 9/15/10
OAKWOOD TRAIL
STORM DRAIN IMPROVEMENTS
ARS
Engineers, Inc.
17 18
9 8
16
19
ANTA
7
i
SCALE: 1" = 200'
SD 2f1!8-400
MN'SCO 65V
CITY PROJ. NO. 00675
September 20 , 2010
Mr. Ayub R. Sandhu , P.E., RPLS
President
ARS Engineers , Inc .
5910 N . Central Expressway , Suite 1000
Dallas, Texas 75206
Phone : 214-739-3152
E-mail : asandhu@arsengineers .com
RE: LETTER OF INTENT
GEOTECHNICAL INVESTIGATION
OAKWOOD TRAIL STORM DRAIN IMPROVEMENTS
FORT WORTH, TEXAS
Dear Mr. Sandhu :
Southwestern Test ing Laboratories, L.L.C ., dba STL Engineers (STL) is pleased to present this
"Letter of Intent" to offer ARS Engineers , Inc . geotechnical engineering services for the above
referenced project in the amount of $9,000 .00 in order to meet the M/WBE goal for the above
referenced project.
STL 's geotechnical Investigation will consist of the following :
• Perform subsurface investigation at accessible areas at the project area;
• conduct laboratory testing to evaluate soil , rock and groundwater conditions encountered at the
boring locations ;
• provide soil parameters and recommendat ions for the storm drain foundation design
requirements ;
• estimate settlement and expansion potential , and lateral earth pressures , if applicable , and
• provide recommendations for the 48 -inch storm Reinforced Concrete Pipe (RCP), and related
earthwork .
Thank you for the opportunity . We look forward to working with you on th is project.
Sincerely, Accepted
ARS Engineers, Inc.
Ayub R. Sandhu , P.E., RPLS
President
Geotechnical Engineering • Environmental Consulting • Construction Materia ls Testing
1420 West Mockingbird , Suite 550 • Dallas , Texas 75247 • Tel : 214-630-3800 • Fax : 2 14-630-3898
www .stlengineers .com
MN/BE • DBE • HUB • HUBZone
·------------------·-··· ·------·-····· -~--
INCORPORATE D
August 30, 2010
Mr. Ayub Sandhu, P.E.
ARS Engineers, Inc.
5910 North Central Expressway, Suite 1000
Dallas, Texas 75206
214-739-3152
RE: Letter of Intent
City of Fort Worth
Design Services for Oakwood Trail Storm Drain Extension
City Project No. 00675, D.O.E. No. 5681
Dear Mr. Sandhu:
EJES, Inc. is pleased to present this "Letter of Intent" to provide ARS Engineers, Inc., civil
engineering design services for an amount not to exceed $7,000.00 . Services will consist of
the preparation of a storm water pollution prevention plan (SWPPP) project manual
including the development of temporary sedimentation and erosion control plans for
Oakwood Trail Storm Drain Improvements in the City of Fort Worth, Texas . All documents
will be subject to the terms and conditions as outlined in the prime engineering agreement
between ARS Engineers, Inc. and the City of Fort Worth .
Sincerely,
<---· ----~--·-
£~13 . 2
Edwin B. Jones , P.E .
President
EJES , Inc .
8-30-10
Date
Accepted
~Z-~ 9/01/10
Ayub Sandhu , P .E . Date
President
ARS Engineers , Inc .
9401 LBJ Freeway, Suite 300 • Dallas, Texas • 75243 • 214.343.1210
1
2
3
City Of Fort Worth
Oakwood Trail Storm Sewer Extension
City Project No. 00675, D.O.E. No. 5681
Augusr 30, 201 0
DESCRIPTION OF WORK TASK
DESIGN VERIFICATION (FC 351)
Project ManaQement & Design Coordination
Temoorarv Sedi mentation & Eros ion Control Plans /Deta ils
SWPPP Project Manual
Subtotal SWPPP Design Documents
GRAND TOTAL
Sen ior Sen ior
PM Enginee r
$1 29.87 $106 .78
5
4
4
13
13
PROJECTED MANHOURS PER CLASSIFICATION
Pro ject Design Senior Senior GADD Eng Clerical Total EJES Total
Engineer Eng Eng Tech GADD Operator Intern Adm in Hours Loaded
$98.12 $92.35 $69.26 $69.26 $57.72 $43 .29 $49.06 Labor Cost --
6 6 3 20 $1,800 .81
8 10 6 28 $2,291 .40
12 9 12 37 $2 ,908.98
20 25 21 85 $7,001.19
20 25 21 85 $7,000.00
WALKER
I ;J =I :J ;J•Xfl ;1!1:J:113--i
3225 t-30 • Suite B • Mesquite, TX 75150
(972) 681-5789
(972) 681-5792 FAX walkerrepro@airmail.net
October 8, 20 I 0
Mr. Ayub R. Sandhu, President
ARS Engineers, Inc.
5910 N. Central Expressway, Suite 1000
Dallas, Texas 75206
RE : Letter of Intent
Reprographic Services for
Oakwood Trail Stenn Drain Improvements Project
Dear Mr. Sandhu:
Walker Reprographics is pleased to submit this Letter of Intent to provide the necessary reproduction
services as requested by your firm for the above mentioned project . It is our understanding that we will
perform a maximum of $4,938 worth ofreproduction on an as needed basis .
If you have any questions, please do not hesitate to call me .
Sincerely,
Mike Walker
President
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 1/25/2011
DATE:
LOG NAME:
SUBJECT:
Tuesday , January 25, 2011
20DESIGN_OAKWOOD_TRAIL
REFERENCE NO.: **C-24691
Authorize an Engineering Agreement in the Amount of $187,234.00 with ARS Engineers , Inc., for the Design
of Oakwood Trail Storm Drain Improvements in the Woodhaven Neighborhood (COUNCIL DISTRICT 4)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute an engineering agreement
with ARS Engineers , Inc., in the amount of $187,234.00 for design of improvements to Oakwood Trail
Storm Drain in the Woodhaven Neighborhood.
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 September 22, 2009, (Ordinance No. 18838-09-2009) the City Council approved the issuance and sale
of $45,000,000.00 in revenue bonds for the Storm Water Capital Project Bond 2009 Fund to fund a two-year
storm water capital project program.
The existing drainage swale behind the Oakwood Trail townhomes is experiencing considerable erosion
which is threatening private property.
A Request for Qualifications (RFQ) to provide drainage design was is sued by the City in January of 2006.
Design consultants submitted statements of qualifications, including ARS Engineers , Inc. ARS Engineers,
Inc., was selected to study the drainage in this area and to provide design services for any identified drainage
improvements for the Oakwood Trail Storm Drain Improvements project (City Project No. 00675).
The services for the subject engineering agreement will include the following: storm drain and pavement
design including design of erosion control measures, preparation of engineering plans and contract
documents for the bidding and construction of the recommended improvements and construction phase
services.
ARS Engineers, Inc., proposes to perform the necessary design services for a lump sum of $158 ,547.00.
Special services during the construction phase will be performed on an hourly fee basis not to exceed
$28,687.00. City Staff considers this to be fair and reasonable for the scope of services proposed .
ARS Engineers, Inc., is in compliance with the City's M/WBE Ordinance by committing to 16 percent
M/WBE participation. The City's goal on the project is 16 percent.
This project is located in COUNCIL DISTRICT 4 , Mapsco 65V.
..
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 Bond 2009 Fund.
FUND CENTERS:
TO Fund/Account/Centers
CERTIFICATIONS:
Submitted for City Manager's Office by:
Orildnatim: Department Head:
Additional Information Contact:
ATTACHMENTS
1. 00675 MWBE Compliance Notice.pdf
2. FAR-00675-00003-Desi20,pdf
3. fundin~verification.doc
4. M AND C 00675.pdf
FROM Fund/Account/Centers
P227 531200 204280067530
P227 531200 204280067580
Fernando Costa (6122)
William Verkest (7801)
Ryan Hague (7952)
$158,547.00
$28,687.00