HomeMy WebLinkAboutContract 62667City Secretary Number: 62667
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT
Project No. 106008
This SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT ("Agreement") is
made and entered into by and between the City of Fort Worth ("City"), a home -rule municipal corporation
of the State of Texas, and New Pad Building Company LLC ("Developer"). City and Developer are
referred to herein individually as a "party" and collectively as the "parties."
WHEREAS, the City's Development Services Department has a small-scale infrastructure
program for the design and construction of small-scale and infill-type public infrastructure improvement
projects ("Program"); and
WHEREAS, Developer is developing property within the City for a project located at
5901,5903,5905, 5907,5911,5913, and 5915 Grayson Street, and 5836 and 5840 Eastland Street, Fort
Worth, Texas 76119 and generally known as Alsbury Crossing Retail Plaza ("Project") and Developer
desires to use the Program for the Project; and
WHEREAS, pursuant to the Program, the City can design and construct public infrastructure
necessary for the Project and Developer will pay all costs for the design and construction of the public
infrastructure; and
WHEREAS, City and Developer desire to enter into this Agreement for Developer to utilize the
Program for the Project;
NOW, THEREFORE, in consideration of the covenants and agreements contained in this
Agreement, City and Developer hereby agree as follows:
SECTION 1.
SCOPE
(a) City shall obtain the engineering design and construction phase engineering services for the public
infrastructure improvements for the Project ("Improvements") through the use of the third -party
engineering firm identified in the Engineering Task Order ("Engineer") which is attached hereto as
Exhibit "A" and incorporated herein by reference. Developer has reviewed and approved the Task
Order and agrees to all statements in the Task Order. Developer shall have the opportunity to
review the final design of the Improvements to identify any errors, deficiencies, or conflicts that
must be addressed before construction of the Improvements. Upon completion of the engineering
plans and acceptance of the engineering plans by the City and Developer, the engineering plans are
incorporated by reference into this Agreement. Developer understands that any revisions to the
engineering plans requested by Developer before or after the review or acceptance of the final
design will require additional design fees paid by Developer for the additional engineering costs.
(b) Developer understands and agrees that City makes no representation or promise relating to: (1) the
date the engineering plans will be completed by Engineer and accepted by the City; (2) that
Engineer will complete the engineering plans; or (3) the cost of the engineering plans. If the City's
agreement with Engineer is terminated, or Engineer is in default under its agreement with the City,
OFFICIAL RECORD
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT CITY SECRETARY page 1 of 10
FT. WORTH, TX
Rev. 8/24
the City may offer a substitute engineer to re -design or complete the design of the engineering plans
("Substitute Engineer").
(c) Upon completion of the engineering plans, City shall contractor with the third -party construction
contractor identified in the Construction Task Order ("Contractor"). The construction Task Order
will be reviewed and approved by Developer which will be incorporated by reference into this
Agreement upon execution by the City and Developer.
(d) Developer understands and agrees that City makes no representation or promise relating to: (1) the
date the Improvements will be constructed by the Contractor and accepted by the City; (2) that the
Contractor will complete construction of the Improvements; or (3) the cost of construction. If the
City's agreement with Contractor is terminated, or the Contractor is in default under its agreement
with the City, the City may offer a substitute contractor to construct or complete construction of
the Improvements ("Substitute Contractor").
(e) Developer understands and agrees that construction of public infrastructure can result in unforeseen
circumstances that may result in project delays or additional expenses. Developer further
understands that subsurface utility engineering ("SUE") shall not be included in the scope of the
engineering services provided under this Agreement unless Developer specifically requests that
SUE be included and SUE is included in the Engineer's Task Order. Proceeding without SUE may
result in delays or additional costs for the Project for which Developer will be responsible. City
shall not be liable to Developer for any delays or increased costs to Developer that result from the
design and construction of the Project set forth in this Agreement.
(f) City will not provide any engineering or construction management service to Developer pursuant
to this Agreement.
SECTION 2.
TERM
The term of this Agreement shall begin on the date signed by the City's Assistant City Manager
("Effective Date") and shall expire two years from the Effective Date ("Initial Term"), unless terminated
earlier in accordance with the provisions of this Agreement. This Agreement may be extended by parties
by the execution of a written amendment.
SECTION 3.
COMPENSATION
(a) Developer shall pay all costs of the Engineer and the Contractor, and any Substitute Engineer or
Substitute Contractor, for the design and construction of the Improvements. City shall collect the
fees from Developer and remit them to the Engineer and the Contractor. City shall not pay for any
of the engineering costs, construction costs, or any other costs associated with contraction of the
Improvements. The fees charged by Contractor shall not be on a lump sum or fixed fee basis.
(b) Upon execution of this Agreement by Developer, Developer has paid to the City the estimated
engineering fees, including contingency funds, in the amount of $19,497.50 and the estimated
construction costs, including contingency funds, in the amount of $65,010.55. The amounts paid
to the City are based on estimates. Prior to the City allowing Contractor to proceed to construction,
the City will provide Developer with a construction Task Order that includes a projected
construction cost with contingency based on the final engineering plans ("Projected Construction
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 2 of 10
Rev. 8/24
Cost"). If the estimated construction costs paid by the Developer are less than Projected
Construction Cost, Developer shall pay the difference to the City upon request from the City. City
will not allow the Contractor to proceed to construction until any additional costs owed to the City
are paid by Developer.
(c) If during the design or construction of the Improvements, the estimated fees paid by Developer are
insufficient to pay for the engineering or construction costs incurred on the Project, Developer must
pay the shortage to the City before the design or construction may continue.
(d) Upon completion of the construction of the Improvements, the City will reconcile the actual
engineering costs and construction costs for the Improvements with the estimated engineering costs
and construction costs paid by Developer. If the actual engineering and construction costs are more
than the estimated payments made by the Developer, the Developer must pay the difference to the
City before the Improvements will be accepted by the City. If the actual engineering costs and
construction costs are less than the estimated payments made by the Developer, the City will
refund the difference to the Developer. The City shall not issue a certificate of occupancy or final
inspection for any building relating to the Improvements or final plat for the Project until all fees
owed to the City have been paid by Developer.
SECTION 4.
TERMINATION
If Developer terminates this Agreement before construction of the Improvements is completed
and accepted by the City, Developer agrees to vacate any final plats that have been filed with the county
where the Project is located, and City may suspend, refuse to issue, or refuse to final all building permits,
trade permits, and other permits that are associated with any buildings or other on -site improvements
being constructed as part of Developer's project. If Developer terminates this Agreement before
construction of the Improvements is completed and accepted by the City, Developer must execute a
community facilities agreement with the City to construct the Improvements.
SECTION 5.
CONNECTION OF PUBLIC AND PRIVATE INFRASTRUCTURE
Developer will not allow Developer's contractors to connect buildings to service lines of sewer and
water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines
have been completed to the satisfaction of the City. Developer will not allow Developer's contractors to
connect private infrastructure to paving and drainage constructed pursuant to this Agreement, if any, until
said paving and drainage have been completed to the satisfaction of the City.
SECTION 6.
UTILITIES
Developer shall be responsible for identifying, locating, and causing or paying for the installation
or adjustment of all utilities required to: (1) serve the Project; and (2) to construct the Improvements
required herein. City shall not be responsible for payment of any costs that may be incurred by Developer
in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed
pursuant to this Agreement.
SECTION 7.
CERTIFICATES OF APPROPRIATENESS
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 3 of 10
Rev. 8/24
Developer shall be responsible for obtaining all Certificates of Appropriateness ("COA") for the
Project, if a COA is required for the Project. The City cannot allow the construction of the Improvements
to begin before all required COAs are obtained by Developer. If Developer chooses to proceed with the
design of the Improvements without a COA issued by the City, Developer understands that delays may
occur and the Engineer may be required to redesign the Improvements, which will be at Developer's sole
cost and expense.
SECTION 8.
EASEMENTS AND RIGHTS -OF -WAY
Developer agrees to provide, at its expense, all necessary rights -of -way and easements required for
the construction and dedication to the City of the Improvements provided for by this Agreement. Developer
shall assist City, Engineer and Contractor, and pay all costs for obtaining rights of entry or temporary
construction easements necessary to construct the Project.
SECTION 9.
LIABILITY AND INDEMNIFICATION
(a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND
HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE ENGINEERING
PLANS AND SPECIFICATIONS.
(b) THE DEVELOPER COVENANTS AND AGREES TO, AND BY THESE PRESENTS DOES
HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS
OFFICERS, AGENTS AND EMPLOYEES FROM ALL SUITS, ACTIONS OR CLAIMS OF
ANYCHARACTER, WHETHERREAL ORASSERTED, BROUGHTFOR OR ONACCOUNT
OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCLUDING DEATH,
OR ANY LOST PROFITS SUFFERED BY DEVELOPER, OR DAMAGE TO ANY
PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION,
DESIGN, PERFORMANCE OR COMPLETION OF THE IMPROVEMENTS, OR ON
ACCOUNT OFANYACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT
OF SAID DEVELOPER, ITS CONTRACTORS, SUB -CONTRACTORS, OFFICERS,
AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES, DEATH OR DAMAGES
ARE CAUSED, IN WHOLE OR INPART, BY THE ALLEGED NEGLIGENCE OF THE CITY
OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES.
SECTION 10.
NOTICES
All notices required or permitted under this Agreement may be given to a party by hand -
delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be
deemed to have been received when deposited in the United States mail so addressed with postage
prepaid:
CITY:
City of Fort Worth
Development Services Department
Attn: Small -Scale Infrastructure Program
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT
DEVELOPER:
NewPad Building Company, LLC
Cooper Conger
111 Boland Street Suite 202
Page 4 of 10
Rev. 8/24
Fort Worth, TX 76107
100 Fort Worth Trail
Fort Worth, Texas 76102
With copies to:
City Attorney's Office
City of Fort Worth
100 Fort Worth Trail
Fort Worth, Texas 76102
and
City Manager's Office
City of Fort Worth
100 Fort Worth Trail
Fort Worth, Texas 76102
Or to such other address one party may hereafter designate by notice in writing addressed and
mailed or delivered to the other party hereto.
SECTION 11.
RIGHT TO AUDIT
Developer agrees that, until the expiration of three (3) years after acceptance by the City of the
Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to
examine any directly pertinent books, documents, papers and records of the Developer involving
transactions relating to this Agreement. Developer agrees that the City shall have access during normal
working hours to all necessary Developer facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section. The City shall give
Developer reasonable advance notice of intended audits.
SECTION 12.
INDEPENDENT CONTRACTOR
It is expressly understood and agreed that Developer and its employees, representative, agents,
servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to
all rights and privileges and work performed under this Agreement, and not as agents, representatives or
employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement,
Developer shall have the exclusive right to control the details of its operations and activities and be solely
responsible for the acts and omissions of its employees, representatives, agents, servants, officers,
contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat
superior shall not apply as between the City and its officers, representatives, agents, servants and
employees, and Developer and its employees, representatives, agents, servants, officers, contractors,
subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the
creation of a partnership or joint enterprise between City and Developer. It is further understood that the
City shall in no way be considered a co -employer or a joint employer of Developer or any employees,
representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer.
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 5 of 10
Rev. 8/24
Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be
entitled to any employment benefits from the City. Developer shall be responsible and liable for any and
all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents,
servants, officers, contractors, subcontractors, and volunteers.
The City, through its authorized representatives and employees, shall have the sole and exclusive
right to exercise jurisdiction and control over City employees.
SECTION 13.
APPLICABLE LAW; VENUE
This Agreement shall be construed under and in accordance with Texas law. Venue shall be in
the state courts located in Tarrant County, Texas or the United States District Court for the Northern
District of Texas, Fort Worth Division.
SECTION 14.
NON -WAIVER
The failure of the City to insist upon the performance of any term or provision of this Agreement
or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent
of City's right to assert or rely on any such term or right on any fixture occasion.
SECTION 15.
GOVERNMENTAL POWERS AND IMMUNITIES
It is understood that by execution of this Agreement, the City does not waive or surrender
any of its governmental powers or immunities.
SECTION 16.
HEADINGS
The paragraph headings contained herein are for the convenience in reference and are not intended
to define or limit the scope of any provision of this Agreement.
SECTION 17.
SEVERABILITY
In the event that any clause or provision of this Agreement shall be held to be invalid by any
court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the
remaining provisions hereof.
SECTION 18.
REVIEW OF COUNSEL
City and Developer, and if they so choose, their attorneys, have had the opportunity to review
and comment on this document; therefore any rule of contract construction or interpretation that would
normally call for the document to be interpreted as against the drafting party shall not apply in
interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be
construed solely on the basis of the language contained therein, regardless of who authored such
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 6 of 10
Rev. 8/24
language.
SECTION 19.
PROHIBITION ON BOYCOTTING ISRAEL
Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code,
the City is prohibited from entering into a contract with a company with 10 or more full-time employees
that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City for
goods or services unless the contract contains a written verification from the company that it: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel"
and "company" has the meanings ascribed to those terms by Chapter 2271 of the Texas Government Code.
To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this
Agreement, Developer certifies that Developer's signature provides written verification to the City that
Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement.
SECTION 20.
PROHIBITION ON BOYCOTTING ENERGY COMPANIES
Developer acknowledges that in accordance with Chapter 2276 of the Texas Government Code the
City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more
that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time
employees unless the contract contains a written verification from the company that it: (1) does not boycott
energy companies; and (2) will not boycott energy companies during the term of the contract. To the extent
that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement,
Developer certifies that Developer's signature provides written verification to the City that Developer: (1)
does not boycott energy companies; and (2) will not boycott energy companies during the term of this
Agreement.
SECTION 21.
PROHIBITION ON DISCRIMINATION AGAINST FIREARM AND AMMUNITION
INDUSTRIES
Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code the City is prohibited from entering into a contract for goods or services that has a value
of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with
10 or more full-time employees unless the contract contains a written verification from the company that
it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association; and (2) will not discriminate during the term of the contract against a firearm
entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable
to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides
written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive
that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against
a firearm entity or firearm trade association during the term of this Agreement.
SECTION 22.
AMENDMENT
No amendment, modification, or alteration of the terms of this Agreement shall be binding unless
the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer.
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 7 of 10
Rev. 8/24
SECTION 23.
ASSIGNMENT AND SUCCESSORS
Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this
Agreement without the prior written consent of City. Any attempted assignment or subcontract without the
City's prior written approval shall be void and constitute a breach of this Agreement.
SECTION 24.
NO THIRD -PARTY BENEFICIARIES
The provisions and conditions of this Agreement are solely for the benefit of the City and
Developer, and any lawful assign or successor of Developer, and are not intended to create any rights,
contractual or otherwise, to any other person or entity.
SECTION 25.
COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS
Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply
with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed
and understood that, if City calls to the attention of Developer any such violation on the part of Developer
or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately
desist from and correct such violation.
SECTION 26.
SIGNATURE AUTHORITY
The person signing this Agreement on behalf of Developer warrants that he or she has the legal
authority to execute this Agreement on behalf of the Developer, and that such binding authority has been
granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled
to rely on this warranty and representation in entering into this Agreement.
SECTION 27.
COUNTERPARTS
This Agreement may be executed in multiple counterparts, each of which will be deemed an
original, but which together will constitute one instrument.
SECTION 28.
ENTIRE AGREEMENT
This written instrument, together with any attachments, exhibits, and appendices, constitutes the
entire understanding between the City and Developer concerning the work to be performed hereunder, and
any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall
be void.
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 8 of 10
Rev. 8/24
IN WITNESS W REOF, the City and Developer have each executed this Agreement by their
duly authorized signatories to be effective on the date executed by the City's Assistant City Manager.
CITY OF FORT W TH
Dcnc,r BurgHdaff
Dana Burghdoff (Jan 2 , 202516:11 CST)
Dana Burghdoff
Assistant City Manager
Date: 01 /21 /2025
Recommended by:
vz__�
Dalton Harrell Wan 17, 2025 13:24 CST)
D.J. Harrell
Director
Development Services Department
Approved as to Form & Legality:
Richard McCracken (Jan 17, 202513:23 CST)
Richard A. McCracken
Sr. Assistant City Attorney
M&C No. N/A
Form 1295: N/A 44494nart "
ATTEST: piak
oid
C�d� 0o0EX 0
aQ ?ASob.�
U�bnnaa'd'O'
Jannette Goodall
City Secretary
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
Evelyn Ro rts (Jan 15, 202514:33 CST)
Evelyn Roberts, Contract Service Administrator
DEVELOPER
NewPad Building Company, LLC
By: Conger Group Texas LLC
a Texas limited liability company
its managing member
Name: Cooper Conger
Title: Managing Member
Date:01 /15/2025
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 9 of 10
Rev. 8/24
EXHIBIT "A"
TASK ORDERS
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 10 of 10
Rev. 8/24
FORT WORTH
'0'
11/19/2024
Baird, Hampton & Brown, Inc
6300 Ridglea Place, Suite 700
Fort Worth, Texas 76116
Attention: Austin Baird, PE
From: Victor V. Tornero, Jr., PE
Senior Capital Projects Officer, Development Services
Subject: Notice to Proceed
Project Name: 5915 Grayson Street & 5900 Eastland Street, Fort Worth TX 76119
Project Number: SSIP-24-0026/ City Project Number 106008
Engineering Agreement: CSC No. 61220
Task Order Number: BHB-08-SSIP-24-0026
This notification serves as your notice to proceed to begin Task Order No. BHB-08-SSIP-24-0026, for final
design and construction phase services for the above referenced project. The City accepts your proposal in an
amount not to exceed $14,010.00. This project includes design of pedestrian lighting in accordance with current
City Standards as described in the City of Fort Worth Transportation Engineering Manual. The allotted number
of days to complete the final design phase of this work is 32 working days. Any changes to scope or schedule
need to be submitted via RFI process with risk assessment for its approval by the project manager.
Consultant must submit schedule updates by 5th of the month to the SSIP Team. Failure to do so would delay
processing of pending invoices. The anticipated start date for services is within a week of this executed
agreement, when payment is received and confirmed.
Task Order Authorization:
Victor V. Tornero Jr., P.E.
Victor V. Tornero Jr . P.E. (Dec 30. 2024 08:11 CST)
Victor V. Tornero, Jr., PE
Sr. Capital Projects Officer
Development Services
Attachments:
1. Attachment A — Scope Document
2. Attachment B — Fee Schedule
3. Attachment C - Level of Effort
4. Project Schedule
JohnJOhn Au (Dec 26, 202413:33 CST)
Austin Baird, PE
Principle, Senior Engineer
Baird, Hampton & Brown
Cooper Conger
Managing Member
NewPad Building Company, LLC
FORT WORTH.
ATTACHMENT "A"
Scope for Enaineerina Design Related Services for Arterial Improvements
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be performed and address the needs of the Project.
OBJECTIVE
The objective of the SSIP-24-0026 project is to provide pedestrian and street solar lighting
improvements to the proposed development located at 5915 Grayson Street & 5900
Eastland Street, Fort Worth, TX 76119 in conformance with the zoning and other
development requirements.
WORK TO BE PERFORMED
Task 1.
Design Management
Task 2.
Conceptual Design (30%)
Task 3.
Preliminary Design (60%)
Task 4.
Final Design (100%)
Task 5.
Bid Phase Services
Task 6.
Construction Phase Services
City of Fort Worth, Texas
Attachment A
Release Date: 07.22.2021
Page 1 of 9
FORT WORTH.
TASK 1. DESIGN MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
of ENGINEER's and CITY's time and resources. ENGINEER will manage change,
communicate effectively, coordinate internally and externally as needed, and proactively
address issues with the CITY's Project Manager and others as necessary to make progress
on the work.
1.1. Managing the Team:
• Lead, manage and direct design team activities
• Ensure Quality Control / Quality Assurance (QC/QA) 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/charter meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings with the CITY at the end of each design phase
• Conduct QC/QA reviews and document those activities.
• Prepare invoices, in accordance with Attachment B to this Standard Agreement
and submit monthly in the format requested by the CITY. Multi -month billing is
not allowed. Months in which no work is being invoiced shall require submission
of a $0.00 invoice.
• 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 in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as
defined in the City's Specification 00 31 15 entitled Engineer Project Schedule.
• 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.
• 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
• One (1) pre -design project kickoff/chartering meeting
• Two (2) plan review meetings
• All submittals to the City will be Quality checked prior to submission.
City of Fort worth, Texas Page 2 of 9
Attachment A
Release Date: 07.22.2021
Page 2 of 9
FORT WORTH.
• Project design phase is anticipated to take 1 months.
• Project construction phase is anticipated to take 1 months.
DELIVERABLES
A. Meeting summaries with action items
B. QC/QA documentation
C. Baseline design schedule
D. Monthly invoices
E. Final Summary Payment Report Form
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to identify, develop,
communicate through the defined deliverables, and recommend the design concept that
successfully addresses the design problem, and to obtain the CITY's endorsement of this
concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data 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 (TxDOT and
railroads), City Master Plans, and property ownership as available from the Tax
Assessor's office.
• The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of above and underground utilities, and other facilities
(current and future) that have an impact or influence on the project.
2.2. The Conceptual Design Package shall include the following
• Conceptual design package shall include a conceptual street and pedestrian
lighting plan to verify design readiness of the proposed project: including a review
of the developer provided basis of design documents and zoning and other
development criteria.
• Estimates of probable construction cost.
ASSUMPTIONS
City of Fort worth, Texas Page 3 of 9
Attachment A
Release Date: 07.22.2021
Page 3 of 9
FORT WORTH.
• One PDF (1) sets of 22"x34" size plans will be delivered for the 30% design.
• PDF files created from design CAD drawings will be uploaded to the designated
project folder in the City's document management system (Virtual Project
Manager or Sharepoint).
• 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 and specifications shall be submitted to CITY per the approved Project
Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows
3.1. The Preliminary Design Drawings and Specifications shall include the following:
• Preliminary cover and index of sheets including project limits, area location map
and beginning and end station limits.
• Quantity Summary page and each design sheet shall include a quantity take off
table.
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).
• Preliminary street and pedestrian lighting plans.
• Preliminary solar light pole base design
• Preliminary streetlight, pedestrian light, and all applicable utility details.
• Estimates of probable construction cost.
3.2. Utility Coordination:
• The ENGINEER will coordinate with the public utility provider for the
establishment of new utility service and meter installation for the proposed street
lighting improvements.
ASSUMPTIONS
City of Fort worth, Texas Page 4 of 9
Attachment A
Release Date: 07.22.2021
Page 4 of 9
FORT WORTH.
• One PDF sets of 22"x34" size plans will be delivered for the 60% design for
review coordination.
• One (1) set of preliminary project quantity tables utilizing City of Fort Worth
Standard Bid Items for use in unit price contract task order preparation, as well
as draft copies of special item specifications should they be required, will be
delivered for the 60% design.
• The following shall be uploaded to the designated project folder in the City's
document management system (Virtual Project Manager or Sharepoint):
■ All other submitted documents and checklists
• The CITY's front end and technical specifications will be used. The ENGINEER
shall supplement the technical specifications if needed.
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
DELIVERABLES
A. Preliminary Design drawings and specifications including QC/QA documentation
B. Estimates of probable construction cost
City of Fort worth, Texas Page 5 of 9
Attachment A
Release Date: 07.22.2021
Page 5 of 9
FORT WORTH.
TASK 4. FINAL DESIGN and CONSTRUCTION DOCUMENTS (100 PERCENT).
• Following a 60% construction plan review meeting with the CITY, the ENGINEER shall
submit Final Plans and Bid Documents (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.
• A Quantity Summary page will be included in the 100% design plans. Each design
sheet of the plans shall also include a quantity take off table.
• The ENGINEER shall submit an estimate of probable construction cost with the 100%
design packages. This estimate shall use standard CITY or TxDOT bid items, as
applicable.
ASSUMPTIONS
• Three (3) sets of Full Size 22"x34" drawings and One (1) set of 11"x17" size drawings
and one (1) set of specifications will be delivered for the 100% Design package.
• One (1) set of final Project Quantity tables utilizing City of Fort Worth Standard Bid Items
for use in unit price contract task order preparation. As well as final copies of special
item specifications should they be required.
• A PDF file for the 100% Design will be created from design CAD drawings and will be
uploaded to the project folder in City's document management system (Virtual Project
Manager or Sharepoint).
DELIVERABLES
A. 100% construction plans and Project Manual including QC/QA documentation.
B. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's or TxDOT's standard bid items and format, as applicable
C. Digital cover sheet for the signatures of authorized CITY officials.
TASK 5. BID PHASE SERVICES.
• Not Applicable
City of Fort worth, Texas Page 6 of 9
Attachment A
Release Date: 07.22.2021
Page 6 of 9
FORT WORTH.
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1. Construction Support
• The ENGINEER shall attend construction progress meetings as requested during
the duration of construction. The ENGINEER will prepare meeting notes with
action items and distribute there to the project team.
The ENGINEER shall review shop drawings, samples and other submittals
submitted by the contractor for general conformance with the design concepts and
general compliance with the requirements of the contract for construction. Such
review shall not relieve the Contractor from its responsibility for performance in
accordance with the contract for construction, nor is such review a guarantee that
the work covered by the shop drawings, samples and submittals is free of errors,
inconsistencies or omissions. The ENGINEER shall log and track all shop
drawings, samples and other submittals in the City's document management
system (Virtual Project Manager or Sharepoint).
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, respond to Request for Information (RFI)
from the contractor, review change orders, and make recommendations as to the
acceptability of the work. The ENGINEER will meet with the Project Delivery
Team and Contractor on -site to review any field changes.
• The ENGINEER shall provide the necessary contractor coordination and
construction staking services as required to facilitate the successful installation of
the proposed infrastructure improvements in accordance with CITY Specification
Section 01 71 23.
• The ENGINEER will coordinate with other TPW divisions and other departments
as necessary.
• 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 provided by the
CITY depicting any changes made to the Final Drawings during construction.
Information provided by the CITY may include, but is not limited to the following:
o As -Built Survey
o Red -Line Markups from the Contractor
o Red -Line Markups from City Inspector
o Copies of Approved Change Orders
o Approved Substitutions
• The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
City of Fort worth, Texas Page 7 of 9
Attachment A
Release Date: 07.22.2021
Page 7 of 9
FORT WORTH.
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
These Record Drawings were prepared using information
provided by others and represent the as constructed
conditions to the extent that documented changes were
provided for recording. The ENGINEER assumes no liability
for undocumented changes and certifies only that the
documented changes are accurately depicted on these
drawings.
• The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or
higher) and in DWF format. The ENGINEER may keep copies of the
information provided by the CITY for their files, but all original red -lined drawings
shall be returned to the CITY with the digital files.
• 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, if required. Each PDF and
DWF file shall contain all associated sheets of the particular plan set. Sinqular
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_orgl8.pdf
Both PDF and DWF files shall be uploaded to the project's Record Drawing folder
in the City's document management system (Virtual Project Manager or Sharepoint).
For information on the proper manner to submit files and to obtain a file number for
the project, the ENGINEER should coordinate with the City project manager. File
numbers will not be issued to a project unless the appropriate project numbers and
fund codes have been assigned and are in the Department of Transportation and
Public Works database.
ASSUMPTIONS
• 1 site visits are assumed.
• 2 submittal reviews are assumed.
• 1 RFI's are assumed.
City of Fort worth, Texas Page 8 of 9
Attachment A
Release Date: 07.22.2021
Page 8 of 9
FORT WORTH.
• 1 Change Orders are assumed.
DELIVERABLES
A. Response to Contractor's Request for Information
B. Review of Change Orders
C. Review of shop drawings
D. Final Punch List items
E. Record Drawings in digital format
Additional Services not included in the existing Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Negotiation of easements or property acquisition.
• Bid phase services
• Permitting Services
• Utility clearance services
• Public or property owner meetings
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre -qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Construction management and inspection services
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
City of Fort worth, Texas Page 9 of 9
Attachment A
Release Date: 07.22.2021
Page 9 of 9
ATTACHMENT B
COMPENSATION
Design Services for
SSIP 24-0026
City Project No. 106008
Lump Sum Project
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $14,010.00 as
summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for
the services described in Attachment A, including all labor materials, supplies, and
equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
11. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item III. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department, monthly progress reports and
schedules in the format required by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 1 of 3
AN
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Baird, Hampton & Brown Engineering & Surveying
Proposed MWBE Sub -Consultants
Non-MWBE Consultants
Project Number & Name
City MWBE Goal = 0 %
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 2 of 3
TOTAL
Total Fee
$ 14,010.00
Fee Amount %
$14,010.00 100%
$14,010.00 100%
MWBE Fee MWBE %
$ 0 0 %
Consultant Committed Goal = 0 %
AM
EXHIBIT `B-I"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 3
LM
Professional Services Invoice Project Manager: IJenna L Henderson Summary
Project: SSIP-24-0026
City Project #: I I UMUZ5
City Sec Number:
Company Name: tIRD, HAMPTON & BROWN
Supplier's PM: John Austin Baird, PE
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Supplier Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
r817-338-1277
ird onbhbinc.com
0 Ridglea Place, Suite 700, Fort
-338-9245
email:
Off ce Address:
Worth TX 76116
Telephone:
Fax:
Remit Address:
00 Ridglea Place, Suite 700, Fort Worth TX 76116
Sheet FID and Work Type Description
Work Type 1
Work Type 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Totals This Invoice
Agreement LTD
Agreement Amendment
Amount to Completed
Amount Amount
Date Amount
$14,010.00
$14,010.00
$14,010.00
$14,010.00
Overall Percentage Spent:
Percent ($) Invoiced Current Remaining
Spent Previously Invoice Balance
$14,010.00
$14,010.00
Professional Services Invoice
Project: SSIP-24-0026
City Project #: 106008
Work Type Desc:
FID:
City Sec Number:
Purchase Order:
Company Name: BAIRD, HAMPTON & BROWN
Project Manager: Jenne L Henderson
Supplier Instructions:
Fill in green cells including Percent Complete and Invoiced Previously Quantities
When your Invoice is complete, save and close, start B—saw and Add your invoice to the
Consultant folder within Project's folder.
Supplier's PM: John Austin Baird, PE
email:
abaird@bhbinc.com
Supplier Invoice #:
Office Address: 6300 Ridglea Place, Suite 700, Fort Worth TX 76116
Payment Request #:
Telephone:
817-338-1277
Service Date:From
Fax:
817-338-9245
Service Date:To
Invoice Date:
Remit
6300 Ridglea Place, Suite 700, Fort Worth Tx 76116
Pay Items
Description
30 - Design
Totals This Unit:
Agreement LTD
Agreement Amendment Amendment Amount to Completed Percent Is) Invoiced Current
Amount Number Amount Date Amount Spent Previously Invoice
$14,010.00 $14,010.00
$14,010.00
$14,010.00
Overall Percentage Spent:
Remaining
Balance
$14,010.00
$14,010.00
Level of Effort Spreadsheet
TASKMHOUR BREAKDOWN
Design Services for
SSIP-24-0026
!`itv P—ject No- 1060 R
Task No.
Task Description
Ran
1.0
Project Management
1.1
Managing the Team
1.1.
Internal Team Meetings
1.1.
QaJQC
1.2
Communications and Reporting
1.Z
Pre -Design Coordination Meeting
1.Z..
Design Submittal Review Meetings
1.Z
Prepare Baseline Schedule
Prepare Monthly Progress Reports with
1.2.
Schedule
1.Z..
Invoicing
2.0
Conceptual Design (30%)
2.1
Data Collection
2.2
Concept Design Drawings
2.3
Construction Estimate
3.0
Preliminary Design (60 %)
3.1.1
Preliminary Design Drawings
3.1.2
Construction Estimate
3.2
Utility Coordination
4.0
Float Design (100%)
4.1
Final Plans
4.2
Construction Estimates
Cityof Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Official Release Date: 8.09.2012
1 of 2
Task Description
Project
I Project
Task No.
Director
Manager
Rate $30
$1sit
5.0
Bid Phase
6.0
Construction Phase Services
1
6.1
Construction Support
6.1.
Project Site Visits
a
6.1.
Submittal Review
j
Request for Information/Change Order
6.1.
Review
j
6.1.
Construction Staking
6.1.
Final Walk Through and Punch Ust
a
6.2
Record Drawings
7.0
ROW/Easement Services
7.1
Right -of -Way Research
8.0
Survey
8.1
Design Survey
9.0
Permitting
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Official Release Date: 8.09.2012
Level of Effort Spreadsheet
TASKMOUR BREAKDOWN
Design Services for
SSIP-24-0026
Citv Proiect No. 106008
..annr tannr,/
Staking 2-
Project Survey Labor
EIT RPLS Person CARD Administrative Total Subconsultant
Engineer Techioician C
Crew ost
Sl S12 sl SY S22 M $7 MW13E Vnn-I
2.t
..pease
Travel I Reproduction I Cost I Task Sub Total
Project Summary
Total Rou
8C
Total Lab
$13,91C
Total Expens
$10C
MBE/SBE Subconsultarf
Non-MBE/SBE S.bconsultah
10% Sub Marku
I
MBE/SBE Partiapatio
0.
Total Project Cosa $14,011
2 of
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
SSIP-24-0026
City Project No.106008
<None>
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
SSIP-24-0026.mpp
ID Task Name
1
2
4
4
5
6
7
8
9
10
11
12
14
15
16
17
18
19
20
21
22
23
24
25
26
27
SSIP-24-0026
Design
Pre -Engineering Services
Research & uata uouection
Conceptual Engineering
Construction Plans
Const
Bic
Co
Project: SSIP
Date: Fri 12/20/24
Preliminary Engineering
BAIRD, HAMPTON & BROWN
www.bhbinc.com
SSIP-24-0026
Fri 12/20/24
Duration
Start
Finish
%
Complete
Qtr 1. 2025
nber 2024
d9
January 2025
k I7I10hAM9�2A2b
February 2025 March 2025
b 12i51I82I1242f t b 111I4*2b2i2b29I
14h7�0h3
k
59 days Thu 12/26/24
Tue 3/18/25
0%
32 days Thu 12/26/24
Fri 2/7/25
0%
{
1
11 days
Thu 12/26/24
Thu 1/9/25
0%
{
6 days
Thu 12/26/24
Thu 1/2/25
0%
5 days
Fri 1/3/25
Thu 1/9/25
0%
Lw
21 days
Fri 1/10/25
Fri 2/7/25
0%
1
10 days
Fri 1/10/25
Thu 1/23125
0%
{ 0
Task
Inactive Milestone
1
Finish -only
Split,,,,,I,,,,,,,,,,,,,,,,
Inactive Summary
,,,,,,,,,,I,,,,,,,,,,,,
External Tasks O
Milestone
Manual Task
®
External Milestone ■
Summary
Duration -only
.......................
Progress
Project Summary
7 1
Manual Summary Rollup
Deadline
External Tasks
Manual Summary
External Milestone
Start -only
Page 1