HomeMy WebLinkAboutContract 46016 CITY SECRETARY f
CITY OF FORT WORTH, TEXAS COMA► NO-—
STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home-rule
municipality (the "CITY"), and Halff Associates, Inc., authorized to do business in Texas,
(the "ENGINEER"), for a PROJECT generally described as: White Settlement Road and
Silver Ridge Boulevard Intersection 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 shall be in the amount not to exceed
$48,500.00 as set forth in Attachment B.
Article III
Terms of Payment
Payments to the ENGINEER will be made as follows:
A. Invoice and Payment
(1) The Engineer shall provide the City sufficient documentation, including but
not limited to meeting the requirements set forth in Attachment D to this
AGREEMENT, to reasonably substantiate the invoices.
(2) The ENGINEER will issue monthly invoices for all work performed under this
AGREEMENT. Invoices are due and payable within 30 days of receipt.
(3) Upon completion of services enumerated in Article I, the final payment of
any balance will be due within_3 f the final invoice.
City of Fort Worth,Texas "IrvUC��L'
Standard Agreement for Engineering Related Design Services
�Q�('� 'g, P`' l
PMO Official Release Date:1128/2013
Page 1 of 16 _
tR�'[i��IT
RECEIVED OCT 0 9 2N
(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 billing until mutually
resolved.
(5) If the CITY fails to make payment in full to ENGINEER for billings contested
in good faith within 60 days of the amount due, the ENGINEER may, after
giving 7 days' written notice to CITY, suspend services under this
AGREEMENT until paid in full. In the event of suspension of services, the
ENGINEER shall have no liability to CITY for delays or damages caused the
CITY because of such suspension of services.
Article IV
Obligations of the Engineer
Amendments to Article IV, if any, are included in Attachment C.
A. General
The ENGINEER will serve as the CITY's professional engineering
representative under this Agreement, providing professional engineering
consultation and advice and furnishing customary services incidental
thereto.
B. Standard of Care
The standard of care applicable to the ENGINEER's services will be the
degree of skill and diligence normally employed in the State of Texas by
professional engineers or consultants performing the same or similar
services at the time such services are performed.
C. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise
the CITY concerning the results of same. Such surveys, tests, and
investigations shall be furnished by the CITY, unless otherwise
specified in Attachment A.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 2 of 16
(2) In soils, foundation, groundwater, and other subsurface investigations,
the actual characteristics may vary significantly between successive
test points and sample intervals and at locations other than where
observations, exploration, and investigations have been made.
Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that
could affect the total PROJECT cost and/or execution. These
conditions and cost/execution effects are not the responsibility of the
ENGINEER.
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
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 3 of 16
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.
(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 feasibility, or schedules will not vary from the ENGINEER's
opinions, analyses, projections, or estimates.
G. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling
and observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the Contract
Documents; that the final work will be acceptable in all respects; that the
ENGINEER has made an examination to ascertain how or for what purpose
the construction contractor has used the moneys paid; that title to any of the
work, materials, or equipment has passed to the CITY free and clear of liens,
claims, security interests, or encumbrances; or that there are not other
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 4 of 16
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 Business and Small Business Enterprise (MBE)(SBE)
Participation
In accord with the City of Fort Worth Business Diversity Ordinance No.
20020-12-2011, as amended, the City has goals for the participation of
minority business enterprises and/or small business enterprises in City
contracts. Engineer acknowledges the MBE and SBE goals established for
this contract and its accepted written commitment to MBE and SBE
participation. Any misrepresentation of facts (other than a negligent
misrepresentation) and/or the commission of fraud by the 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 with the provisions of this section. The CITY shall give
ENGINEER reasonable advance notice of intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a provision to the effect that the subconsultant agrees that the
CITY shall, until the expiration of five (5) years after final payment under the
subcontract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of such
subconsultant, involving transactions to the subcontract, and further, that the
CITY shall have access during normal working hours to all subconsultant
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 5 of 16
facilities, and shall be provided adequate and appropriate work space, in
order to conduct audits in compliance with the provisions of this article
together with subsection (3) hereof. CITY shall give subconsultant
reasonable advance notice of intended audits.
(3) ENGINEER and subconsultant agree to photocopy such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for
the cost of copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
K. INSURANCE
(1) ENGINEER'S INSURANCE
a. Commercial General Liability — the ENGINEER shall maintain
commercial general liability (CGL) and, if necessary, commercial
umbrella insurance with a limit of not less than $1,000,000.00 per each
occurrence with a $2,000,000.00 aggregate. If such Commercial General
Liability insurance contains a general aggregate limit, it shall apply
separately to this PROJECT or location.
i. The CITY shall be included as an insured under the CGL, using
ISO additional insured endorsement or a substitute providing
equivalent coverage, and under the commercial umbrella, if any.
This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the
CITY. The Commercial General Liability insurance policy shall
have no exclusions by endorsements that would alter or nullify:
premises/operations, products/completed operations, contractual,
personal injury, or advertizing injury, which are normally contained
within the policy, unless the CITY approves such exclusions in
writing.
ii. ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by the commercial general
liability or commercial umbrella liability insurance maintained in
accordance with this agreement.
b. Business Auto — the ENGINEER shall maintain business auto liability
and, if necessary, commercial umbrella liability insurance with a limit of
not less than $1,000,000 each accident. Such insurance shall cover
liability arising out of "any auto", including owned, hired, and non-owned
autos, when said vehicle is used in the course of the PROJECT. If the
engineer owns no vehicles, coverage for hired or non-owned is
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 6 of 16
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.
(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 under applicable policies
documented thereon.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 7 of 16
d. Any failure on part of the CITY to request required insurance
documentation shall not constitute a waiver of the insurance
requirements.
e. A minimum of thirty (30) days notice of cancellation or material change in
coverage shall be provided to the CITY. A ten (10) days notice shall be
acceptable in the event of non-payment of premium. Notice shall be sent
to the respective Department Director (by name), City of Fort Worth,
1000 Throckmorton, Fort Worth, Texas 76102.
f. Insurers for all policies must be authorized to do business in the State of
Texas and have a minimum rating of A:V or greater, in the current A.M.
Best Key Rating Guide or have reasonably equivalent financial strength
and solvency to the satisfaction of Risk Management.
g. Any deductible or self insured retention in excess of $25,000.00 that
would change or alter the requirements herein is subject to approval by
the CITY in writing, if coverage is not provided on a first-dollar basis. The
CITY, at it sole discretion, may consent to alternative coverage
maintained through insurance pools or risk retention groups. Dedicated
financial resources or letters of credit may also be acceptable to the
CITY.
h. Applicable policies shall each be endorsed with a waiver of subrogation
in favor of the CITY as respects the PROJECT.
i. The 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 Liability, underwritten on a
claims-made basis, shall contain a retroactive date coincident with or
prior to the date of the contractual agreement. The certificate of
insurance shall state both the retroactive date and that the coverage is
claims-made.
k. Coverages, whether written on an occurrence or claims-made basis,
shall be maintained 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.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 8 of 16
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.
O. 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
changes are required due to the changes in the permitting authorities'
published design criteria and/or practice standards criteria which are
published after the date of this Agreement which the ENGINEER could not
have been reasonably aware of, the ENGINEER shall notify the CITY of
such changes and an adjustment in compensation will be made through an
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 9 of 16
amendment to this AGREEMENT.
P. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment D to this AGREEMENT.
Article V
Obligations of the City
Amendments to Article V, if any, are included in Attachment C.
A. City-Furnished Data
ENGINEER may rely upon the accuracy, timeliness, and completeness of
the information 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.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 10 of 16
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches,
drawings, specifications, proposals, and other documents; obtain advice of
an attorney, insurance counselor, accountant, auditor, bond and financial
advisors, and other consultants as the CITY deems appropriate; and render
in writing decisions required by the CITY in a timely manner in accordance
with the project schedule prepared in accordance with Attachment D.
E. Prompt Notice
The CITY will give prompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any development that affects the scope or
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior
role in the generation, treatment, storage, or disposition of such
materials. In consideration of the associated risks that may give rise to
claims by third parties or employees of City, City hereby releases
ENGINEER from any damage or liability related to the presence of
such materials.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos
is a result of ENGINEER's negligence or if ENGINEER brings such
hazardous substance, contaminant or asbestos onto the project.
G. Contractor Indemnification and Claims
The CITY agrees to include in all construction contracts the provisions of
Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and
provisions providing contractor indemnification of the CITY and the
ENGINEER for contractor's 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
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 11 of 16
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 beneficiary
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 third-party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity
or person regarding the PROJECT a provision that such entity or person
shall have no third-party beneficiary rights under this Agreement.
(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 certain pre-existing structures
associated with 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 AGREEMENT with appropriate
CITY approval.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 12 of 16
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 or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, or alteration by the CITY or by others acting through or on
behalf of the CITY of any such instruments of service without the written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs, drawings, specifications and documents.
C. Force Majeure
The ENGINEER is not responsible for damages or delay in performance
caused by acts of God, strikes, lockouts, accidents, or other events beyond
the control of the ENGINEER that prevent ENGINEER's performance of its
obligations hereunder.
D. Termination
(1) This AGREEMENT may be terminated only by the City for convenience on
30 days' written notice. This AGREEMENT may be terminated by either the
CITY or the ENGINEER for cause if either party fails substantially to perform
through no fault of the other and does not commence correction of such
nonperformance with in 5 days of written notice and diligently complete the
correction thereafter.
(2) If this AGREEMENT is terminated for the convenience of the City, the
ENGINEER will be paid for termination expenses as follows:
a.) Cost of reproduction of partial or complete studies, plans,
specifications or other forms of ENGINEER'S work product;
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 13 of 16
b.) Out-of-pocket expenses for purchasing electronic data files and other
data storage supplies or services;
C.) The time requirements for the ENGINEER'S personnel to document
the work underway at the time of the CITY'S termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will
submit to the CITY an itemized statement of all termination expenses. The
CITY'S approval will be obtained in writing prior to proceeding with
termination services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER
for the convenience of the CITY. In the event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
commitment and cost of the ENGINEER's personnel and subcontractors,
and ENGINEER's compensation will be made.
F. Indemnification
In accordance with Texas Local Government Code Section 271.904, the
ENGINEER shall indemnify, hold harmless, and defend the CITY
against liability for any damage caused by or resulting from an act of
negligence, intentional tort, intellectual property infringement, or
failure to pay a subcontractor or supplier committed by the ENGINEER
or ENGINEER's agent, consultant under contract, or another entity
over which the ENGINEER exercises control.
G. Assignment
Neither party shall assign all or any part of this AGREEMENT without the
prior written consent of the other party.
H. Interpretation
Limitations on liability and indemnities in this AGREEMENT are business
understandings between the parties and shall apply to all the different
theories of recovery, including breach of contract or warranty, tort including
negligence, strict or statutory liability, or any other cause of action, except for
willful misconduct or gross negligence for limitations of liability and sole
negligence for indemnification. Parties mean the CITY and the ENGINEER,
and their officers, employees, agents, and subcontractors.
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 14 of 16
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 which
may exist or may be enacted later by governing bodies having jurisdiction or
authority for such enactment. No plea of misunderstanding or ignorance
thereof shall be considered. ENGINEER agrees to defend, indemnify and
hold harmless CITY and all of its officers, agents and employees from and
against all claims or liability arising out of the violation of any such order, law,
ordinance, or regulation, whether it be by itself or its employees.
Article VII
Attachments, Schedules, and Signatures
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. The following attachments
and schedules are hereby made a part of this AGREEMENT:
Attachment A—Scope of Services
Attachment B — Compensation
Attachment C —Amendments to Standard Agreement for Engineering Services
Attachment D — Project Schedule
Attachment E - Location Map
City of Fort Worth,Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date:1/28/2013
Page 15 of 16
Executed and effective this the 'I t0--\day ofa,�-. , 2014.
BY: BY:
CITY OF FORT WORTH ENGINEER
HALFF ASSOCIATES, INC.
Fernando Costa Benjamin L. "ahey
Assistant City Manager Senior Project Manager
Date: Date: & 24/20l y
APPROVAL RECOMMENDED:
By: b C i,
Douglas . Wiersig, P.E.
Director, Transportation and Public
Works Department
APPROVED AS TO FORM AND M&C No.: �fI
LEGALITY
qw� ) M&C Date:
By:
ouglas W. Black
Assistant City Attorney
ATTEST: �� Q0 000000
9%,
g 0
$ o�
ary J. Kay er ` °
City Secretary �� °°°°°°��
OFFICIAL RECORD
City of Fort Worth,Texas CITY SECRETARY
Standard Agreement for Engineering Related Design Services WORTH,TX
PMO Official Release Date:1/28/2013
Page 16 of 16
ATTACHMENT "A"
Scope for Engineering Design Related Services for Street 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
Provide professional engineering services for the design a westbound left-turn lane that
meets AASHTO and City of Fort Worth design guidelines on White Settlement Road at the
intersection of Silver Ridge Boulevard. Services include design surveys, pavement and
drainage improvements, pavement markings, signage and iSWM construction plans.
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Design
Task 3. Construction Phase Services
Task 4. ROW Services
Task 5. Survey Services
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 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 weekly project update/review meetings with CITY Project
Manager
• Prepare invoices, in accordance with Attachment B to this Standard Agreement and
submit monthly in the format requested by the CITY.
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 1 of 10
• 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
• This project is to be constructed by City forces. ENGINEER will perform services
similar to a design/build project. Weekly meetings will be held to discuss design
and construction status.
• Length of project does not constitute the need for monthly project schedule
updates.
DELIVERABLES
A. Meeting minutes with action items
B. Monthly invoices
TASK 2. DESIGN.
The Design shall be submitted to CITY weekly.
ENGINEER will develop the 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 data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses as necessary to develop
sewer re-routing plans.
2.2. The Design Package shall include the following:
• Cover and index of sheets including project limits, area location map and
beginning and end station limits.
• 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
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 2 of 10
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).
• Existing typical sections of the roadway to be constructed along with proposed
typical sections which outline the proposed improvements. Typical sections shall
include existing and proposed ROW, existing and proposed lane widths and
direction arrows, existing and proposed curbs, sidewalks, and retaining walls.
• Plan and profile sheets showing existing and proposed horizontal roadway
alignments, existing and proposed ROW, existing and proposed sidewalks and
driveways, proposed lane dimensions and lane arrows, existing drainage
structures, city owned and franchise utilities, and existing roadway vertical
alignments (profiles). Plan and profile sheets shall display station and coordinate
data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of
all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of
vertical curves, grades, K values, e, and vertical clearances where required.
• No less than two bench marks plan/profile sheet.
• Bearings given on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
• Preliminary roadway details to include curbs, curb expansion joints, driveways,
sidewalks, and pavement details.
• Storm Drain layout sheets showing location and size of all inlets, manholes,
junction boxes, culverts and piping to include storm drain profiles showing existing
and proposed flow lines, flows, lengths and slopes of pipe, top of ground profile
over pipe and connections to existing or proposed storm sewer systems.
• Signing and pavement marking layouts.
• iSWM Construction Plans.
• Each final plan sheet shall be stamped, dated, and signed by the ENGINEER
registered in State of Texas.
• The ENGINEER shall submit final quantities. The quantities shall use ONLY
standard CITY bid items.
• Documentation of key design decisions.
• Conducting a queuing analysis (based on the AM and PM peak hour traffic count
data) to determine the max queues for the WB left turn movement
2.3. Utility Clearance
• 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
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 3 of 10
approximate location of above and underground utilities, and other facilities
(current and future) that have an impact or influence on the project. ENGINEER
will design CITY facilities to avoid or minimize conflicts with existing utilities, and
where known and possible consider potential future utilities in designs.
• The ENGINEER shall upload individual DWF files for each plan sheet of the
approved plan set to the designated project folder in Buzzsaw for forwarding to all
utility companies which have facilities within the limits of the project. The DWF
files should be created directly from the CAD files as opposed to PDF files.
ASSUMPTIONS
• PDF files of the plans will be provided for review weekly.
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw.
DELIVERABLES
A. Construction plans weekly.
B. Traffic Counts (AM and PM peak hour)
C. Summaries of bid items and quantities using the CITY's standard bid items and
format.
D. Original cover mylar for the signatures of authorized CITY officials.
TASK 3. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
3.1. Support of City Forces
• The ENGINEER shall upload all plans and contract documents onto Buzzsaw for
access to City staff.
• Contract documents shall be uploaded in a .xIs file.
• Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and Awf files.
The .pdf will consist of one file of the entire plan set. The .dwf will consist of
individual files, one for each plan sheet, and will be numbered and named in
a manner similar to that of the plan set index.
3.2. Final Design Drawings
• Final Design Drawings shall 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 (created from CAD application of drawing) for the TPW
plan set and a separate PDF and DWF file for the Water plan set. Each PDF and
DWF file shall be created from the original CAD drawing filess and 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:
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 4 of 10
1. 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 uploaded to the project's Record Drawing folder
in Buzzsaw.
• In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet
as an individual DWG file with all reference files integrated into the sheet. If the
plans were prepared in DGN format, they shall be converted to DWG prior to
uploading. The naming convention to be used for the DWG files shall be as
follows:
I. TPW files shall use the W number as for PDF and DWF files, but shall
include the sheet number in the name—"W-1956—SHT01.dwg", "W-
1956—SHT02.dwg", etc.
II. Water and Sewer file names shall use the X number as for PDF and DWF
files, but shall include the sheet number in the name — "X-
12155—SHT01.dwg", "X-12755—SHT02.dwg", etc.
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.
3.3. Construction Support
• The ENGINEER shall attend the preconstruction conference.
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents.
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 5 of 10
3.4. Record Drawings
• The ENGINEER shall prepare record drawings from information provided by the
CITY depicting any changes made to the Final Drawings during construction.
The following information shall be provided by the CITY:
• As-Built Survey
• Red-Line Markups from City Inspector
• 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
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:
o 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, on mylar for record storage. 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 mylars.
• 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.
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 6 of 10
Example: X-12755_org18.pdf
Both PDF and DWF files shall be uploaded to the project's Record Drawing folder
in Buzzsaw.
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.
ASSUMPTIONS
• Ten (10) sets of half-size and five (5) sets of full-size construction plans will be
delivered to the CITY.
• PDF, DWF and DWG files will be uploaded to Buzzsaw.
• Three (3) site visits are assumed.
• One copy of full size (22"x34") mylars will be delivered to the CITY
DELIVERABLES
A. Construction documents (conformed, if applicable)
B. Record Drawings
TASK 4. ROW SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY's Project Manager.
4.1. Right-of-Way Research
• The ENGINEER shall determine rights-of-way.
ASSUMPTIONS
• 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. Surveyed right-of-way linework on construction plans.
TASK 5. SURVEY SERVICES.
ENGINEER will provide survey support as follows.
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 7 of 10
5.1. Design Survey
• ENGINEER will perform field surveys to collect horizontal and vertical elevations
and other information needed by ENGINEER in design and preparation of plans
for the project. Information gathered during the survey shall include topographic
data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations,
location of buried utilities, structures, trees (measure caliper, identify overall
canopy, and have qualified arborist identify species of trees), and other features
relevant to the final plan sheets. Existing drainage at intersections will be verified
by field surveys. Spot elevations will be shown on intersection layouts with cross
slope to fit intersecting grade lines.
• The minimum survey information to be provided on the plans shall include the
following:
— A Project Control Sheet, showing ALL Control Points, used or set while
gathering data. Generally on a scale of not less than 1:400:
— The following information about each Control Point;
a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a
referred bearing base. Z coordinate on CITY Datum only.
c. Descriptive Location (Ex. Set in the centerline of the inlet in the South
curb line of North Side Drive at the East end of radius at the Southeast
corner of North Side Drive and North Main Street).
— Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the
same coordinate system, as the Control.
— No less than two horizontal bench marks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
5.2. Construction Survey
• Be available to the CITY on matters concerning the layout of the project during its
construction
• ENGINEER will set control points (i.e. tie survey to permanent monument such
as TPW monuments and/or property corners, one location each at beginning and
end of project) for the project, these points must be indivisible. Streets over 500 ft
in length or streets on curves may require a greater density of control points to
maintain intervisibility between each point. ENGINEER shall establish a minimum
of two bench marks per plan sheet (bench marks shall be located adjacent to
project) and shall provide the following construction staking services:
— STORM DRAIN STAKING: Provide an offset stake at 100' intervals (50'
intervals in curves if required) and at all proposed manholes, points of
curve, points of tangent, points of pipe size changes and at all horizontal
or vertical angle points with a cut to flow line and a cut/fill to the top of
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 8 of 10
proposed manholes. Provide centerline elevation at 100' intervals and at
all grade breaks in the natural ground. Lead lines shall also be staked
with grades if greater than 50' in length, or where substantial alignment
and/or grade are needed. Provide two offset stakes at end or each wing
of each curb inlet with a cut to flow line and a cut/fill to the top of curb
elevation. Line and grade shall be set to a tolerance of+/- 0.1 ft. for storm
drain pipe and +/- 0.04 ft. for curb inlets.
— ROADWAY EXCAVATION STAKING: Provide 5' offset at 50' intervals
and at all points of curve, points of tangent, and at all horizontal or vertical
angle points with a cut/fill to the top of proposed curb. The right-of-way
shall also be flagged during this process along with line and grade stakes
for excavation purposes. Stake all vertical and horizontal curves at 50'
intervals. Line and grade shall be set to a tolerance of+/- 0.1 ft.
— FINAL ROADWAY STAKING: Provide 5' offset stakes at 50' intervals
and at all points of curve, points of tangent, and at all horizontal or vertical
angle points with a cut/fill to the top of proposed curb. Staking for curb
grade and intersecting streets, if required, shall be performed under final
pavement staking. Inlets shall be staked if needed. Set tacks in offset
hubs for street alignment. Stake all vertical and horizontal curves at 50'
intervals and provide intermediate stakes between curve points, if the
radius is less than 300'. Line and grade shall be set to a tolerance of+/-
0.01 ft.
• INCIDENTAL PRE-CONSTRUCTION STAKING: Right-of-way flagging, back of
curb location, driveways, walks and retaining walls as requested by the CITY
Inspector, curb radii (to determine construction location) for utility clearance.
• SPECIAL CONDITIONS:
a. The CITY Inspector assigned to the project shall oversee all construction
staking activity and shall be responsible for all field coordination. All
documentation including field notes, cut and/or fill notes, grades, "as staked"
information etc., shall be provided to the CITY inspector and shall be sealed
and signed by a surveyor licensed in the State of Texas.
b. The ENGINEER's Surveyor shall meet with CITY Inspector and Contractor to
coordinate surveying schedule and needs prior to beginning work.
c. The ENGINEER's Surveyor shall stake each utility separately and at different
times with, if applicable, sanitary sewer first, water second, storm drain third
and roadway construction fourth and shall provide enough construction staking
information so that the projects can be constructed as designed.
d. A member of ENGINEER's firm familiar with project shall be available at all
times to immediately respond to questions from the field.
DELIVERABLES
A. Copies of field survey data and notes signed and sealed by a licensed surveyor.
B. Drawing of the project layout with dimensions and coordinate list.
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 9 of 10
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:
• SUE services.
• Pavement design.
• Preparation of right-of-way or easement documents.
• Permitting services.
• Negotiation of easements or property acquisition.
• Bidding Services
• 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
Attachment A
PMO Release Date:07.23.2012
Page 10 of 10
ATTACHMENT B
COMPENSATION
Design Services for
White Settlement Road and Silver Ridge Boulevard
City Project No. 7341
Lump Sum Project
I. Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $48,500.00 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.
II. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1.
B. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
C. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Pagel of 3
B-1
ATTACHMENT B
COMPENSATION
III. Summary of Total Project Fees
Firm Primary Responsibility Fee Amount %
Prime Consultant
Halff Associates Survey and Design $48,100.00 99.18%
Proposed MBE/SBE Sub-Consultants
Non-MBE/SBE Consultants
Traffic Counts $400.00 0.82%
TOTAL $48,500.00 100%
Project Number& Name Total Fee MBE/SBE Fee MBE/SBE
White Settlement Rd. & Silver Ridge $48,500.00 $0.00 0.00%
Blvd. Intersection Improvements
City MBE/SBE Goal = 0% Consultant Committed Goal = 0%
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Page 2 of 3
B-2
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Page 3 of 3
B-3
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
White Settlement Road and Silver Ridge Boulevard Intersection Improvements
City Project No.
Article IV
K. Insurance
(2) General Insurance Requirements
g. Shall be revised to the following:
"Any deductible or self insured retention in excess of $250,000.00
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 its 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."
City of Fort Worth,Texas
Attachment C
PMO Release Date:05.19.2010
Page I of I
Consulting Contract Schedule Specifications FORT WORTH
City of Fort Worth Capital Improvement Program — "--
r
Attachment D -Project Schedule
This PROTECT requires a Tier 1 scliedule as defined herein and in the City's Scliedule Guidance
Document.
D1. 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)
- Microsoft Project (Version 2003/2007 or later or approved by CITY)(PHASING OUT)
D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the
CONSULTANT shall develop, submit and review the draft detailed baseline consulting
services schedule with the CITY to demonstrate the CONSULTANT's understanding of the
Agreement requirements and approach for performing the work. The CONSULTANT will
prepare the final detailed baseline consulting services schedule based on 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 schedule 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 D1
and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses,
the CONSULTANT shall enter into the schedule and record actual progress as described in
the CITY's Schedule Guidance Document.
The updated schedule submittal shall also include a concise schedule narrative that
highlights the following,if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
• Coordination issues the CITY should be aware of or can assist with,
City of Fort Worth,Texas
Attachment D
PMO Release Date:02.15.2011
Page 1 of 2
• Other schedule-related issues that the CONSULTANT wishes to communicate to the
CITY.
D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work
accomplished falls behind that scheduled due to factors within the CONSULTANT's
control, the CONSULTANT shall take such action as necessary to improve the progress of
the Work. In addition, the CITY may require the CONSULTANT to submit a revised
schedule demonstrating the proposed plan to make up the delay in schedule progress and
to ensure completion of the Work within the allotted Agreement time.
D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule tier for this project is stated at the top of this document.
CONSULTANT shall submit each schedule relying on the CITY's current Schedule
Guidance Document.
D6. SCHEDULE SUBMITTAL AND PAYMENT:
As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information
required by Attachment D. CONSULTANT's monthly invoices will not be accepted and
processed for payment without monthly schedule updates that are submitted in the time
and manner required by Attachment D and the CITY's current Schedule Guidance
Document.
City of Fort Worth,Texas
Attachment D
PMO Release Date:02.15.2011
Page 2 of 2
�S
F�
VERNA
w
z
0 0
w
x a
J z
f—
F— Q
!L
J
PROJECT Q r
oak LOCATION Ld °
w D_
G(egK � a
SFT TC u
F61 T w Q
o
to z
FOR PACK w Q
1p 0 Rr WoRr w a zo yo > o BLUE BE
wo
H
c, o d Fq Q F
o L w '" cyG Q p(Oy TyFR� m
1 V£ 0
° ejG ORNBONN OAK ch PACK SADDLE(�C/f Y
N F D
COACH HODS ti" ARROKFN`oo KIOWA a eU0(G
£ RO 2F J� �pQ a F
V RNA W I E S TT EMEN
TALL OAK GRAY OAK >
w
o LONE PIN GROVE GC( ° 00 °
PLAINFI OD
V�w OHO FQp 1 (LEA
- o FANDOR } ,tip ( `OAy �FY BRIDE
N o'D HORNBY 4 J��� BING 9( RS
F m m I VES O��QQ �`�v �F TGF ( FY P ME BR NCH Fa
o S yq F
wq y MA 0 ( .~ pZoQ S�9QI X99 �F cr
9 IS q
Ld
w S P Q p.P F �q y LRo9 FT
w
E
i°
W t #
s ( (� �
0 1000 2000 3000 4000
� F SCALE: 1"=2000'
-- -J PROJECT LOCATION
a� MAPSCO 58S
FORT WORTH
0 ONE
NO r
NUN
HALFF
4000 FOSSIL CREEK BLVD.-FORT WORTH-TEXAS 76137
Tel:(817)847-1422-Fax:(817)232-9784
ATTACHMENT E TBPE FIRM 4F-312
WHITE SETTLEMENT ROAD AND SILVER RIDGE BOULEVARD
a INTERSECTION IMPROVEMENTS
CITY PROJECT No. XXXXX
N
F
E o
r� vt-i=«an�aa
—
1 W W F
e y o
m
mm �
a
w°
O -N
N
Z
c �
-
� N
C
o
m � N
C N Wm
N
O
`a. w
E �
I I El I I
o
m °m '°a wi
main a
U
N Z d
t� C
m Q y?a E w
d Q m 47 Q
¢W u ai O
m 0 w°
O w co K d
W 0 L j O U
_ _a
0
>Q❑G V T 3<° ° ,n n v n
N ° N m O N
T
C �
m _
N
E � F
d O W -
co q J y
f:
2a) J K s 7
I N Y o N
F _
O c r b N 'Q A N N f0 N t
C N
aW
O°
O C
� o
� H
- 2
m c E
G a c U U E 2
m U v 0 c
d f3 Ea`�U U c�i3 V c
a`� v �:000�H m±UV Nci�.�m;rnov
c aN
Z �N
N o
Y�
W«
F
C�v
m—
r C N
u Eo
LU
U¢a
FUNDING BREAKDOWN SHEET
City Secretary No.
Department Fund-Account-Center Amount
C115- 5, 0 06 (Oa 0115 03 5 5
Total: y � o j
J
City of Fort Worth
Professional Services Agreement Amendment Template
PMO Official Release 8/1/2012
Page 3 of 3
f
i