Loading...
HomeMy WebLinkAboutContract 47621 CITY SECRETAFIr CONTRACT f ti� a CITY OF FORT WORTH, TEXAS �Q 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: Wilbarger Street and Miller Avenue Pedestrian, Signal and Lighting 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 $225,045.00 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 30 days of receipt of the final invoice. City of Fort Worth,Texas OFFICIAL RECORD Standard Agreement for Engineering Related Design Services PMO Official Release Date:1/28/2013 CITY SECRETARY Page 1 of 16 FT.WORTH,TX (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 ReVease 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:1/2812013 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:1128/2013 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:1/2872013 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 Date1/28/2013 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 CIN and the ENGINEER, and their officers, employees, agents, and subcontractors. City of Fort Worth,Texas .S,ta nd Agreement fn n, g Related Design Services afd ._rF Engineering 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 Attachment H-FG – Disadvantaged Business Enterprise (DBE) for Federal-Aid Professional or Technical Services Contracts Exhibit H-1 –Subprovider Monitoring System Commitment Worksheet Exhibit H-2–Subprovider Monitoring System Commitment Agreement Exhibit H-3– Monthly Progress Assessment Report Exhibit H-4–Subprovider Monitoring System Final Report Executed and effective this the W,,Aay of/ 016. BY: BY: CITY OF FORT WORTH ENGINEER HALFF ASSOCIATES, INC. Jesus J. Chapa benjamin L. M ahey Assistant City Manager Senior Project Manager Date: �a / Date:—3 f 3,d 20I I. APPROVAL RECOMMENDED: By: L 4 Gi, GJ Douglas#J. Wiersig, P.E. Director, Transportation al Public Works Department APPROVED AS TO FORM AND M&C No.: LEGALITY M&C Date: 3 - - 16 By: ouglas W. Black f + zvr6 _ S 143 Assistant City Attorney ORT ATTEST: , ® �� ay r C�a ty ecre ry City of Fort Worth,Texas OFFICIA`RECORD Standard Agreement for Engineering Related Design Services CITY SECRETARY PMO Oficial Release Date:1/28/2013 Page 16 of 16 FTS WORTH,TX 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 The objective of this project is to complete the construction plans for pedestrian, traffic signal and street and pedestrian lighting improvements for the Wilbarger Street and Miller Avenue intersection which is underneath a S.H. 287 overpass and within TxDOT right-of- way. Work under this project includes, but is not limited to, project management, data collection, topographic survey, SUE, geotechnical investigation, conceptual, preliminary and final design plans, specifications and estimates, and a categorical exclusion. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Permitting Task 10. Plan and Submittal Checklists 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 City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 21 • 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 up to three (3) project update meetings with CITY Project Manager • Conduct up to three (3) review meetings with the CITY at the end of each design phase • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • If requested, prepare and submit monthly progress reports in the format provided by the respective CITY Department. • If requested, prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • Project manager and project engineer will attend all meetings. • One (1) pre-design / kickoff meeting is included in this scope of work. • Three (3) project update meetings are included in this scope of work. • Three (3) submittal review meetings are included in this scope of work. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 2 of 21 D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form G. Plan Submittal Checklists ( See Task 10) TASK 2. CONCEPTUAL DESIGN. 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), City Master Plans, and property ownership as available from the Tax Assessor's office. 2.2. Subsurface Utility Engineering • Provide Subsurface Utility Engineering (SUE) per Task 8. 2.3. The Conceptual Design Package shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • Plan sheets showing existing ROW, existing and proposed sidewalks, ramps and crosswalks, existing and proposed street and pedestrian lighting, existing and proposed traffic signals, existing drainage structures, proposed drainage flumes and city-owned and franchise utilities. • Documentation of key design decisions. • Estimates of probable construction cost. ASSUMPTIONS • All storm water calculations and design necessary for proposed concrete flume shall conform to the CITY current iSWM Criteria Manual for Site Development and Construction. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 3 of 21 • Two (2) sets of plans (TxDOT 11"x17") will be delivered for the conceptual design to the City. • Two (2) sets of plans (TxDOT 11"x17") will be delivered for the conceptual design to TxDOT. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • 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. 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. Development of Preliminary Design Drawings and Specifications shall include the following: • Traffic Control Plan: Develop a traffic control plan utilizing standard TxDOT details. The details need not be sealed individually, if included in the sealed contract documents. Develop supplemental traffic control drawings as needed for review and approval by TxDOT. Provide a written summary of the distinct phases to take place during construction operations to include road and/or lane closures, limited access to adjacent properties, and limited access to pedestrian and bicycle traffic. Include all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. • 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). • SUE plan drawings. • Demolition plan drawings. • Proposed median nose typical sections. • Updated intersection sidewalk and ramp layout drawings. • Intersection sidewalk and ramp detailed grading plans. • Updated intersection paving plan (median noses). City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 4 of 21 • Intersection grading plans (median noses). • No less than two bench marks plan/profile sheet. • Bearings given on all proposed centerlines, or baselines. • Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, and pavement details. • Preliminary signing, pavement marking, illumination and signal layouts. 3.2. Geotechnical Investigation/Pavement Design • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. • The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design repair in conformance with the City of Fort Worth Pavement Design Standards Manual, 2005. The study shall include recommendations regarding utility trenching and identify existing groundwater elevation at each boring. 3.3. Constructability Review • Prior to the review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Public Meeting • After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location, prepare and mail the invitation letters to the affected customers. The ENGINEER shall coordinate with the CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. 3.5. Utility Clearance • The ENGINEER 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. 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 preliminary plan set to the designated project folder in Buzzsaw for City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 5 of 21 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 • A total of three (3) geotechnical borings will be taken. Two (2) borings are associated with the signal pole and street light foundations and will be drilled to a depth of 25 feet below existing grades. The remaining boring is associated with area paving and will be drilled to a depth of 10 feet. • All storm water calculations and design necessary for proposed concrete flume shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • Two (2) sets of plans (TxDOT 11"x17") will be delivered for the preliminary design to the City. • Two (2) sets of plans (TxDOT 11"x17") will be delivered for the preliminary design to TxDOT. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • All submitted documents and checklists will be uploaded to the designated project folder in Buzzsaw • The CITY's front end and TxDOT's technical specifications will be used. • Half-size (TxDOT 11"x17") drawings will be delivered for Utility Clearance. • 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 B. Utility Clearance drawings C. Geotechnical Report D. Estimates of probable construction cost E. Public Meeting exhibits TASK 4. FINAL DESIGN AND FINAL CONSTRUCTION DOCUMENTS. • Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Final draft construction plans including iSWM Construction Plan and specifications shall be submitted to CITY per the approved Project Schedule. • Following a construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 6 of 21 • The ENGINEER shall submit a final design estimate of probable construction cost with both design packages. This estimate shall use ONLY TxDOT and standard CITY bid items. ASSUMPTIONS • Two (2) sets of plans (TxDOT 11"x17") will be delivered for both the final draft and final design to the City. • Two (2) sets of plans (TxDOT 11"x17") will be delivered for both the final draft and final design to TxDOT. • A DWF file for the final draft design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • A DWF file for the final design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • ENGINEER to provide estimated final sheet list (cover/index, general notes, control point location, easement layout, SUE plan sheets, no. of plan/profiles, special detail shts, etc.) DELIVERABLES A. Final draft and final construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's and/or TxDOT's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xls file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The Awf 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. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 7 of 21 • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the pre-bid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 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: 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-O32O_org5.pdf 11. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 8 of 21 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. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • Up to twenty (20) sets of construction documents will be printed and made available for purchase by planholders and/or given to plan viewing rooms. • Up to seven (7) sets of 11"x17" size plans and specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 9 of 21 D. Construction documents (conformed, if applicable) E. CFW Data Spreadsheet TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the pre-construction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: 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 shall be placed on each plan sheet, whether there are any revisions on the sheet City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 10 of 21 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 H. 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. 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 City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 11 of 21 • Three (3) site visits are assumed. • Five (5) submittal reviews are assumed. • Five (5) RFI's are assumed. • Two (2) change orders are assumed. • One copy of full size (22"x34") mylars will be delivered to the CITY DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings TASK 7. ROW/EASEMENT SERVICES. 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. 7.1. Right-of-Way Research • The ENGINEER shall determine existing rights-of-way and easements. ASSUMPTIONS • All work will be performed within City and/or TxDOT right-of-way. • 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. Existing right-of-way and easements shall be determined and shown on the plans. TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 12 of 21 • 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. • 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. 8.2. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level A, B, C and D as described below. The SUE shall be performed in accordance with CI/ASCE 38-02. Quality Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 13 of 21 out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B (includes tasks as described for Quality Level C) • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 14 of 21 • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. 8.3. 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: ASSUMPTIONS • Construction staking shall be performed by the Contractor or City. • Utilities to be designated (QL "B") include gas, telecommunications, electric, lighting, traffic signals, storm, water and sanitary sewer. Up to 10,000 LF of QL "B" designating shall be provided. • Up to 3,000 LF of QL "C&D" shall be provided. • Two (2) QL "A"test holes (4-8 ft.) are included in the scope of work. 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. C. SUE plan drawings sealed by a professional engineer registered in the State of Texas. TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows. 9.1. Storm Water Pollution Prevention Plan • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. 9.2. Environmental Services • Texas Department of Transportation Categorical Exclusion (CE) - It is our understanding that federal transportation funds would be utilized for the proposed City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 16 of 21 project. An environmental review and appropriate documentation is required for the proposed project in accordance with the National Environmental Policy Act (NEPA) of 1969 and the Council on Environmental Quality (CEQ) Regulations, 23 Code of Federal Regulations (CFR) Part 771, and 43 Texas Administrative Code (TAC) Chapter 2, Subchapter C. The environmental process will follow guidance published as of April 2015 by the Texas Department of Transportation (TxDOT) regarding Categorical Exclusion (CE) determinations. The following tasks will be necessary to receive a CE determination from the TxDOT Fort Worth District (FTW). • Project Scoping and Risk Assessment - The purpose of this subtask is to provide scoping documentation to TxDOT FTW to initiate the CE process. ENGINEER will complete the required forms and submit to the TxDOT FTW Environmental Coordinator. This task includes one meeting with the CITY and TxDOT FTW. The following items will be submitted to TxDOT FTW for review and approval, and revised in accordance with comments received from TxDOT, as necessary: • Preliminary Project Scope Worksheet for CEs • Environmental Information Request Form • Risk Assessment Forms including: o Biological Resources o Water Quality o Noise • Indirect and Cumulative Impacts o Public Involvement • Final Project Scope Form for CEs • Project Schedule for Deliverables Halff will obtain digital environmental information available from appropriate local, state, and federal agencies. Data collected through this task will be stored in Geographical Information Systems (GIS) format. • Site Visit - A site visit of the project area will be performed to document existing conditions. This task includes taking on-site photographs of existing conditions. • Technical Reports - The purpose of this subtask is to prepare resource agency coordination requests and technical reports for resources that require additional assessment as defined in the risk assessment phase of the project. These technical reports will be used by TxDOT to initiate resource/regulatory agency coordination and to obtain feedbacklapproval from agencies, as applicable. Project Coordination Requests (PCR) and technical reports will be submitted to TxDOT FTW and revised in accordance with comments received from TxDOT. This project is anticipated to require the following technical reports as further described below. • Biological Evaluation Form • Water Resources Technical Report • Archeological Studies PCR • Historical Studies PCR • Hazardous Materials Initial Site Assessment (ISA) • Socioeconomics Technical Report City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 16 of 21 • Air Quality Technical Report • Biological Investigations - This task includes an assessment of the project's compliance with the following federal and state regulatory requirements. • Endangered Species Act of 1973 • Migratory Bird Treaty Act and Golden Eagle Protection Act • Fish and Wildlife Coordination Act • Farmland Protection Policy Act • Executive Order on Invasive Species • Executive Memorandum on Environmentally and Economically Beneficial Landscaping • Texas Parks and Wildlife Department(TPWD) Coordination per Memorandum of Understanding (MOU) (reissued 2013) An assessment will be conducted for vegetation and protected habitat impacts in accordance with the 2013 MOU between TxDOT and the TPWD. Associated mapping and a Biological Evaluation Form will be completed. This task will include a review of current species lists from the TPWD and the United States Fish and Wildlife Service (USFWS) for Tarrant County, and a search request from the Texas Natural Diversity Database (TXNDD). Conclusions will be made, based on general observations from the visual survey and the literature review and database search, regarding whether preferred habitat or designated critical habitat for any listed species is present within the project area, whether any listed species is likely to occur, and whether there is a potential effect to listed species. • Water Resources Investigations - This task includes preparing a Water Resources Technical Report to document compliance with the following: • Section 404 of the Clean Water Act: Waters of the United States • Section 401 of the Clean Water Act: Water Quality Certification • Executive Order 11990, Wetlands • Rivers and Harbors Act of 1899, Section 10 • Section 303(d) of the Clean Water Act • Section 402 of the Clean Water Act: Texas Pollutant Discharge and Elimination System (TPDES), Construction General Permit • Section 402 of the Clean Water Act: TPDES, Municipal Separate Storm Sewer System (MS4) • Floodplains A jurisdictional determination of waters of the United States, including wetlands, will be made within the anticipated ROW for the project. This determination will include delineation of the boundaries and ordinary high water mark of jurisdictional waters within the ROW. • Cultural Resources Project Coordination Requests - Cultural resources investigations must be conducted in compliance with the requirements of Section 106 of the National Historic Preservation Act (NHPA) [16 USC § 470(f)) and implementing regulations (36 CFR Part 800). Archeological investigations must also be performed in compliance with the Antiquities Code of Texas (13 TAC 26 City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 17 of 21 and Title 9, Chapter 191, Subchapters A-F of the Texas Natural Resources Code, as amended). A records review will be conducted to identify recorded archeological or historic sites within the area of potential effects (APE) for the proposed project. This task includes preparing Archeological and Historic Structures PCRs. • Hazardous Materials Initial Site Assessment -A Hazardous Materials ISA will be conducted and a technical report will be prepared. The ISA will assist in determining the presence or likely presence of any hazardous substances or petroleum products in the project study area and identify any conditions that may indicate an existing release, a past release, or a material threat of a release of any hazardous substances or petroleum products into the ground, groundwater, or surface water of the project area. The ISA will include records review, site reconnaissance, evaluation of recorded sites and conditions observed during the site visit, and report preparation. • Socioeconomics Technical Report - A technical report will be prepared documenting the population and income characteristics of the immediate area surrounding the proposed project, and identifying potential impacts on Environmental Justice (EJ) and Limited English Proficiency (LEP) populations as well as potential impacts on community cohesion. • Air Quality Technical Report - A technical report will be prepared documenting the project area attainment status relative to the National Ambient Air Quality Standards (NAAQS), as well as project exemption from an air conformity determination, project exemption from a traffic air quality analysis, and project consistency with the Metropolitan Transportation Plan (MTP) and the Transportation Improvement Program/Statewide Transportation Improvement Program (TIP/STIP). • Prepare Draft CE Determination Form - Halff will prepare and submit a draft CE Determination Form for TxDOT's consideration for approval of the proposed project. • EPIC Sheet - An environmental permits, information, and commitments (EPIC) design sheet will be prepared and submitted to TOOT FTW. 9.3. Texas Department of Transportation (TxDOT) Plan Approval • Meet, negotiate and coordinate to obtain approval of plans by TxDOT. • Completing all forms/applications necessary. • Submitting forms/applications for CITY and TOOT review. • Submitting revised forms for agency review. • Responding to agency comments and requests. 9.4. Texas Department of Licensing and Regulation (TDLR) City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 18 of 21 • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. • Submit construction documents to the TDLR for review. • Completing all TDLR forms/applications necessary. • Obtain the Notice of Substantial Compliance from the TDLR. • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests. ASSUMPTIONS • It has been assumed that the proposed improvements would meet the requirements of 23 CFR 771.117, Categorical Exclusions, and TxDOT would process the project as a "c-list' CE based on 23 CFR 771.117(c)(3) "Construction of bicycle and pedestrian lanes, paths, and facilities" or other c-list CE action. • It is assumed the CITY will coordinate with property owners and obtain right-of- entry, if necessary, for the project area. • Permit preparation will begin after approval of the Conceptual Design. DELIVERABLES A. Electronic versions in Adobe Acrobat format of the following documents: • Preliminary Project Scope Form • Environmental Information Request Form • Risk Assessment Form • Project Scope Form • Archeological Studies PCR • Historical Studies PCR • Biological Evaluation Form • Hazardous Materials ISA • Water Resources Technical Report • Socioeconomics Technical Report • Air Quality Technical Report • Draft CE Determination Form • EPIC Sheet City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 19 of 21 B. All deliverables will be submitted electronically via e-mail. Up to three (3) hard copies of the final deliverables will be provided upon request by the City and/or TxDOT. TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Street Water Traffic Traffic Traffic Storm Storm Li Traffic Control Control Control Lights !Sewer Attachment"A" Signal g Engineering 30% 60% 90% Type (SubmitAll Water Water (Submit (Submit 30% 60% All @ All @ (Submit All @ 30%) 30% 60%) @ 60%) Required for all work in City ROW Street X X X X X. X X X X Storm Water X X X X X Water/Sewer X X X X "If included in street project ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • 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. • Roadway design (in addition to median noses). • Storm drain design. • Water and sanitary sewer design. • Traffic counts and/or studies. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 20 of 21 • Downstream assessments. • Drainage studies. • Structural design of retaining walls or any other structure. • In the event it is determined by TxDOT that a CE is not the appropriate level of documentation for the project, the ENGINEER will notify the CITY and a supplemental scope of work will be prepared to allow completion of other suitable documentation. • Technical reports for the following items are excluded from this scope of services: noise, indirect impacts, cumulative impacts, and public involvement. • This scope of work does not include threatened or endangered species surveys or Section 7 consultation with the USFWS under the Endangered Species Act. • Preparation of a Preconstruction Notification (PCN), mitigation plan, or a U.S. Army Corps of Engineers (USACE) Section 404 Individual Permit Application is not included in this scope of work. • This scope of work does not include obtaining an Antiquities Permit from the Texas Historical Commission (THC), preparation of a research design, performing a reconnaissance survey or intensive surveys (i.e., on the ground or archival research for historic structures/districts and shovel testing/deep trenching for archeological sites), evaluation of National Register of Historic Places (NRNP) eligibility for any resources, evaluation of effects on NRHP- eligible or-listed sites, development of mitigation plans, or Section 4(f) evaluations. These services can be provided under a supplemental scope of work, if necessary. • The scope of work does not include a Phase I Environmental Site Assessment performed in accordance with applicable American Society for Testing and Materials (ASTM) standards or any surveys/investigations involving sampling and laboratory analysis (e.g., hazardous materials sampling and analysis, asbestos surveys, and lead-based paint surveys). If required, these additional services would be conducted under a supplemental work order. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 21 of 21 ATTACHMENT B COMPENSATION Work Authorization Design Services for Wilbarger St. and Miller Ave. Pedestrian, Signal and Lighting Improvements City Project No. 02552 Time and Materials with Rate Schedule Project I. Compensation a. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services for this project for an hourly amount not to exceed $225,045.00, unless amended. i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work and includes all direct salaries, overhead,and profit. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. LABOR CATEGORY *RATE ($/HOUR) (2016) QA/QC Principal $320 Project Director $300 Project Manager $215 Sr. Project Engineer $170 Project Engineer $140 Sr.Traffic Engineer $270 Traffic Engineer $180 E IT $110 Engineering Intern $65 Sr. CADD $125 GIS/CADD $115 Administrative Assistant $80 *The above rates are valid for a twelve month period commencing on City execution of the contract. All rates are subject to annual adjustment which will be submitted to City for review no later than thirty(30) days prior to such escalation becomes effective. II. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (Non-labor) include, but are not limited to, mileage, travel and lodging, expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer,gross receipts, or other similar taxes. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION Ill. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). IV. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as is such costs had been incurred after the approved increase. The Engineer shall be paid monthly payments as described in Section II — Method of Payment. V. Method of Payment a. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. b. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. c. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. d. Payment of invoices will be subject to certification by the City that such work has been performed. VI. Progress Reports. 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. VII. A Summary of fees are listed in the following table. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION I. Summary of Fees Firm Primary Responsibility Fee Amount Prime Consultant Halff Associates, Inc. Civil Engineering $186,580.00 82.91% Proposed DBE Sub-Consultants The Rios Group SUE $18,250.00 8.11% Alliance Geotechnical Geotechnical Engineering $6,850.00 3.04% Group Lamb-Star Engineering Survey $12,500.00 5.56% Non-DBE Consultants R.E.D.ink TDLR $865.00 0.38% TOTAL $225,045.00 100% Project Number& Name Total Fee DBE Fee DBE % Wilbar er St. and Miller Ave. $225,045.00 $37,600.00 16.7% City DBE Goal = 12% Consultant Committed Goal = 16% City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 4 of 4 B-4 Professional Services Payment Request Project Manager: Summary Project: City Project#: City Sec Number: Consultant Instructions: Fill in green cells including Invoice Number,From and To Dates and the included worksheets. Company Name: When your Invoice is complete,save and close,start Buzzsaw and Add your invoice to the Consultant folder within Project's folder. Consultant's PM: email: Vendor Invoice#: Office Address:office address Payment Request#: Telephone: telephone From Date: Fax: fax To Date: Invoice Date: Remit Address:remit address Agreement Agreement Amendment Amount to Amount Percent ($)Invoiced Current Remaining Sheet FAC and Work Type Description Amount Amount Date Spent Spent Previously Invoice Balance Work Type 1 Work Type 2 Work Type 3 Work T e 4 Work Type r, Work Type 6 Totals This Payment Request Overall Percentage Spent: telephone fax Invoice office address remit address Consultant Project No. CFW Project Manager Proj.Invoice No. Invoice date: Consultant's Project Manager: Consultant's email• Period From Date To Date Name of Project. City Secretary Contract#: P.O.Number: Labor Category Name H.— Rate /hr Amount Project manager(example) $0.00 Senior Engineer(example) $0.00 Engineer(example) $0.00 Junior Engineer(example) $0.00 CAD Technician(example) $0.00 Adminstrative Support(example) $0.00 etc $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Total Labor 0.0 $0.00 Subcontract Service Subcontract Service-<1 exam le> Subcontract Service-<exam le> etc Subcontractor Subtotal $0.00 10 Percent Markup on Subcontract Services $0.00 Nonlabor Ex enses Nonlabor Expense Subtotal $0.00 Total Expenses(Subcontract Services+Markup+N on labor Expenses) $0.00 TOTAL DUE THIS INVOICE $0.00 Professional Services Payment Request Project Manager: Project: City Project#: Work Type Desc: Consultant Instructions: F/A/C: City.Sec Number: Fill in green cells including Percent Complete and invoiced Previously Quanities Purchase Order: When your Invoice is complete,save and close,start Buzzsaw and Add your invoice to the Consultant folder within Project's folder. Company Name: Consultant's PM: email: Vendor Invoice M Office Address:orate address Payment Request M Telephone: telephone From Date: Fax: fax To Date: Invoice Date: Remit Address:remit address Pay Items Agreement Agreement Amendment Amendment Amount to Amount Percent ($)Invoiced Current Remaining Description Amount Number Amount Date S-e„t Sent Previously Invoice Balance Totals This Unit: Overall Percentage Spent: ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Wilbarger St. and MillerAve. Pedestrian, Signal and Lighting Improvements City Project No. 02552 Article IV—Obligations of the Engineer 1. Minority Business and Small Business Enterprise (MBE)(SBE) Participation — Delete entire subparagraph and replace with the following: 1. Disadvantaged Business Enterprise Requirements (1) The Engineer agrees to comply with the requirements set forth in Attachment H, Disadvantaged Business Enterprise or Historically Underutilized Business Subcontracting Plan Requirements with an assigned goal or a zero goal, as determined by the State. (2) As required in Attachment H, Disadvantaged Business Enterprise or Historically Underutilized Business Program Requirements, the Engineer shall submit Progress Assessment Reports to report actual payments made to Disadvantaged Business Enterprises or Historically Underutilized Businesses. One copy shall be submitted with each billing statement and one copy shall be submitted to the address included in Attachment H, Disadvantaged Business Enterprise or Historically Underutilized Business Program Requirements. (3) Prior to contract closeout, the Engineer shall submit a Final Report (Exhibit H-4) to the address set forth in Attachment H. (4) The Engineer shall submit a separate report with each billing statement showing the percent completion of the work accomplished during the billing period and the percent completion to date, and any additional written report requested by the City to document the progress of the work. 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 City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 2 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 2 of 2 Consulting Contract Schedule Specifications FORT WORTH City of Fort Worth Capital Improvement Program Mu,r„�„ +`— ' Attachment D — Project Schedule This PROICT requires a Tier «3» schedule as defined herein and in the City's Schedule 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 FIT HUGH FITZHU H o BE z z SEARS q #BERRY FOR ES Ld COTTEY C STR NG FOR ES FORBESHANNISHHAN ISH W BURTON aURTON BU TON a 0 NOco QRRIS PINSON ¢ m TAR ANT 2 'x p r L _ _ BERRY = TURNE RRY Ld z LOI w p RI HARDS N p w ¢ w LOIS I HA DSON V cr J °7 cn w ¢ w > 0 S Q RICHARD w z COX = REE cr o REED EM RSON �V SON 70 ¢ F M r WIMAN WIMA EED OJ U~ REE a ? w E MASONIC HOME COMA CHE BERRY w CO IRGIL P� > ¢ -J w m z COMANC E COMANC E VI GIL _ U w EASTLAN >- w w EASTLA D WHITEN L 9+,Lu C PATE fw- ¢ o¢ _ �gUGyN ¢ RAYSO o EASTLA D tiF PARK EASTL ND J u ¢p GRAY ON z w cr BAYLO JENNIF REE MONT UE LO p N OU WILLIA o w > w G IG PA BAY OR o oU ¢ JAN AYLO GLEN RDEN N w <1 � ¢ ¢ AR EMAN G-EN N S n HARD MAN ui J LL GARD N CHIL RESS TAH E J o w ¢o O CHIL RESS KIL IAN KILLIA w Y = 3 = J N J ITCy WILB RGER _ oz ¢ ¢ = z p] 3 p G d = a p w 3 w WILBA GER 3 LOMIT COLLIN z O� COL IN VILL CHICKASAW ¢ CREEK PARK I BE WAY MECCA HOWARD HOWA D = PIERC X87 p z cr 11 c \ TIMBERLI E ¢o -i z ow c ti z f w w KNOX FAIRLANE Y p ENMAN a ¢ FAIRLANE w I RDENIA z ~ T MARTINJ cc w -1 .. O cr uil E> UTT R CUT ER z � pz w o = oz w ¢ E -1 RODEO ¢ 0 a ¢ MOBERLY f _ cr PIONEER PIONEER w w w KELL S > PECOS � PECOS PECOS VINETT PECOS ¢ PROJECT UCINOA ¢ KELLI LOCATION CANNON Q- AIRF AX PRAIRI G z AIRF X F PARK C7 ARBOR ARBU 820 --ill f z ¢ 8R 287 w ¢ . ¢I z a 6 , J LLL. 0 1000 2000 3000 4000 SCALE: 1"=2000' U 'h ' PROJECT LOCATION MAPSCO 92D _ FORT WORTH, ri :o : HALFFO 4M F058L CREEK BLVD..FORT WORTH-TEXAS 79137 0 ATTACHMENT E Ti leln�THPE FIRi1 NFJ17 � N WILBARGER STREET AND MILLER AVENUE PEDESTRIAN, SIGNAL AND LIGHTING IMPROVEMENTS CITY PROJECT No. 02552 Contract No. EXHIBIT H-1 Texas Department of Transportation Subprovider Monitoring System Commitment Worksheet Contract#: Assigned Goal: 12% Federally Funded State Funded Prime Provider: Halff Associates, Inc. Total Contract Amount: $ 225,045.00 Prime Provider Info: DBE HUB Both Vendor ID#: 1-75-1308699-5 DBE/HUB Expiration Date: N/A (First 11 Digits Only) If no subproviders are used on this contract,please indicate by placing"NIA"on the 10 line under Subproviders. Subprovider(s) Type Vendor ID# D=DBE Expiration $Amount or List All of Work (First 11 Digits Only) H=HUB Date % of Work* Lamb-Star Engineering, L.P. Surveying 12037996670 DBE December $ 12,500.00 2015 Alliance Geotechnical Group Geotechnical 75-2846765 DBE January $ 6,850.00 Engineering 2016 The Rios Group Subsurface 32048391562 DBE June 2016 $ 18,250.00 Utility Eng. $ 37,600.00 Subprovider(s)Contract or%of Work*Totals *For Work Authorization Contracts, indicate the%of work to be performed by each subprovider. Total DBE or HUB Commitment Dollars $37,600.00 Total DBE or HUB Commitment Percentages of Contract 16.71% (Commitment Dollars and Percentages are for Subproviders only) 12/06 DBEHLAT Page 1 of 1 Exhibit H-1 Contract No. 31-431P5105 EXHIBIT H-2 Texas Department of Transportation Subprovider Monitoring System Commitment Agreement This commitment agreement is subject to the award and receipt of a signed contract from the Texas Department of Transportation (TxDOT). NOTE: Exhibit H-2 is required to be attached to each contract that does not include work authorizations. Exhibit H-2 is required to be attached with each work authorization. Exhibit H-2 is also required to be attached to each supplemental work authorization. if DBE/HUB Subproviders are used, the form must be completed and signed. if no DBE/HUB Subproviders are used, indicate with "N/A"on this line: and attach with the work authorization or supplemental work authorization. Contract#: Assigned Goal: 12% Prime Provider: Halff Associates, Inc. Work Authorization (WA)#: _ WA Amount $ Date Supplemental Work Authorization (SWA)#: _to WA#:_ SWA Amount Revised WA Amount: Description of Work Dollar Amount (List by category of work or task description. Attach additional pages, if (For each category of work or task description necessa shown. 15.2.1 Design and Construction Survey $ 12,500.00 18.2.1 Subsurface Utility Engineering $ 18,250.00 Geotechnical Engineering $ 6,850.00 Total Commitment Amount (Including all additional a es. $ 37,600.00 IMPORTANT: The signatures of the prime and the DBE/HUB and Second Tier Subprovider, if any(both DBE and Non- DBE) and the total commitment amount must always be on the same pag2. Provider Name: Halff Associates, Inc. Name: Benjamin L. McGahey, PE Address: 4000 Fossil Creek Boulevard, Fort Worth, TX (Please Print) 76137 Phone#& Fax#: 817-847-1422, 817-232-9784 Title: Senior Project Manager Email: bmcgahey@halff.com Signature Date Sub Provider Name: Subprovider Name: The Rios Group (Please Print) VID Number: 32048391562 Title: Address: 7400 Sand Street, Fort Worth, TX 76118 Phone#& Fax#: 817-345-7500, 817-689-4392 Signature Date Email: kbybee@rios-group.com Second Tier Sub Provider Name: Subprovider Name: Lamb-Star Engineering, L.P. (Please Print) VID Number: 12037996670 Title: Address: 5700 W. Plano Parkway, Suite 1000, Plano TX 75093 Phone#8 Fax#: 972-764-4605 Signature Date Email: desiree.jenkins@Iamb-star.com Page 1 of 1 4/06 DBE-H2.ATT Exhibit H-2 Contract No. 31-431P5105 Third Tier Sub Provider Name: Subprovider Name: Alliance Geotechnical Group (Please Print) VID Number: 75-2846765 Title: Address: 3228 Halifax Street, Dallas, TX 75247 Phone#& Fax M 972-444-8889, 972-444-8893 Signature Date Email: rnance@aggengr.com VID Number is the Vendor Identification Number issued by the Comptroller. If a firm does not have a VID Number, please enter the owner's Social Security or their Federal Employee Identification Number(if incorporated). Page 1 of 1 4/06 DBE-H2.ATT Exhibit H-2 Contract No. 31-431P5105 Third Tier Sub Provider Name: Subprovider Name: Alliance Geotechnical Group (Please Print) VID Number: 75-2846765 Title: Address: 3228 Halifax Street, Dallas, TX 75247 Phone M Fax M 972-444-8889, 972-444-8893 Signature Date Email: rnance@aggengr.com VID Number is the Vendor Identification Number issued by the Comptroller. If a firm does not have a VID Number, please enter the owner's Social Security or their Federal Employee Identification Number(if incorporated). Page 1 of 1 4/06 DBE-H2.ATT Exhibit H-2 EXHIBIT H-4 Texas Department of Transportation Subprovider Monitoring System Final Report The Final Report Form should be filled out by the Prime Provider and submitted to the Contract Manager and the Business Opportunity Programs Office for review upon completion of the contract. The report should reflect all subcontract activity on the project. The report will aid in expediting the final estimate for payment. If the HUB or DBE goal requirements were not met,documentation supporting good faith efforts must be submitted. DBE Goal: % OR HUB Goal: % Total Contract Amount: $ Total Contract Amount: $ Contract Number: Vendor ID # Subprovider Total$Amt Paid to Date TOTAL This is to certify that %of the work was completed by the HUB or DBE subproviders as stated above. By: Prime Provider Per: Signature Subscribed and sworn to before me, this day of 120_ Notary Public County My Commission expires: 12/06 DBE-H4.S Page 1 of 1 Exhibit H-4 � wMmwmc ww���:��.����������n�����;�x•r, RONNIE! INNERimmommomw1l:MEMBER] �[ nommor— wMEMER wmonomR=. ® w©ww www��w�si���-+rw��w��w<� 4 ® I wwww www��w� mmmmmw_--mmmmlr-.y ®• ® wr• ®. ® somogaa.: ME 0N 001 -K w� M�����w�� � --+w�+.mow' -_—.—_rrwrr..r+ca�.+.�r._...-...�.,� �...c�.asr v+—.ql.e �—... a — _.__ aMME ® www�r��owww��w■©®�© ���w�w ���'s� ® RESNIK: Jnr.--, ®EMEM wwww�www��w���wmmmw Mrs-- t� ww w�wwwRONNIESOMEONE MISSEND w���w����w���w� MEMO OMEN ® momME- ® ASF; ® -COMEN NINE= �: OMEN " wwww-www--w---� wwww�www-�w�-- wwww-w--w--w-------w--NOMINEES MNEMONIC- ww----------MEOW INNER -----w --www_www--EMSw--- --w-- � EMS wwww_www--w--- - -w--- wwww_www--w--- - -w--� IMEMwwww_www--w--- - -w--� _ wwww_www--w-------w---- OMEN mmmm=. mmommum 3x3/2016 M&C Review Official site of the GtY of Fort Worth,Texas CITY COUNCIL AGENDA FORTWORTH COUNCIL ACTION: Approved on 3/1/2016 REFERENCE** 20MILLER AVENUE/WILBARGER DATE: 3/1/2016REF C-27632 NAME: STREET INTERSECTION IMPROVEMENTS CODE: C TYPE: CONSENTPUBLIC NO HEARING: SUBJECT: Authorize Execution of an Engineering Services Agreement with Halff Associates, Inc., in an Amount Not to Exceed $225,045.00 for Infrastructure Improvements at the Intersection of Miller Avenue at Wilbarger Street (COUNCIL DISTRICTS 5 and 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of an Engineering Services Agreement with Halff Associates, Inc., in an amount not to exceed $225,045.00 for the design of the Miller Avenue/ Wilbarger Street intersection (City Project No. CO2552). DISCUSSION: This Agreement for professional services will provide engineering services for the design of improvements at the intersection of Miller Avenue and Wilbarger Street. This intersection currently has several functional problems due to the configuration of the existing traffic signals and lack of adequate sidewalks to accommodate pedestrian traffic. The project improves existing traffic signals and medians for safer pedestrian and vehicle mobility and provides ADA compliant pedestrian ramps and sidewalks, public transportation improvements, storm drainage, bike lanes and sidewalks as necessary to improve overall connectivity. On April 14, 2015, the City Council authorized the execution of a Local Project Advanced Funding Agreement with the Texas Department of Transportation for design and construction of pedestrian, vehicle and public transportation improvements to the Miller Avenue and Wilbarger Street intersection, Mayor and Council Communication (M&C) C-27265. This City Council action also provided for a transfer of funds from the 2014 Bond Program Fund to the Grant Capital Projects Fund in the amount of$400,000.00 ($211,550.00 in City's grant matching contribution and $188,450.00 in independent City costs)for a project total amount of $1,421,303.00 as described in the following table: Description of Project Costs City Costs TxDOT Costs Total Projects Cost Consultant Design and $ 65,045.00 $ 160,000.00 $ 225,045.00 Construction Services City Project Management $103,045.00 I $ 103,405.00 Construction Estimate $171,550.00 $ 686,198.00 $ 857,748.00 City Inspections $ 60,000.00 $ 60,000.00 and Material Testing State Costs (Direct and $ 175,105.00 $ 175,105.00 Indirect) Total Project Costs $400,000.00 $1,021,303.00 $1,421,303.00 The City of Fort Worth will manage both design and construction of the project. Design is scheduled to begin upon approval of this M&C with an anticipated construction in fall of 2016. Construction is estimated to be completed within 12 months. The City of Fort Worth will be responsible for maintaining the traffic signals, httpJ/apps.ctwnet.orgtco ncil_packettmc review.asp?ID=21984&co ncildate=3(1/2016 1/2 3x3/2016 M&C Review illumination and intersection upon completion of the project and the Fort Worth Transportation Authority(The T) will be responsible for maintaining the bus transit improvements. Upon completion of this capital project, there is no anticipated impact on Transportation and Public Works annual operating budget. M/WBE Office- Halff Associates, Inc., is in compliance with the City's DBE Ordinance by committing to 17 percent DBE participation on this project. The City's DBE goal on this project is 15 percent. This project is located in COUNCIL DISTRICTS 5 and 8, Mapsco 92D. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the Grants Capital Projects Fund. Description FY 2016 Pending Encumbrance/ Remaining Appropriation Expenditures to Date Balance Miller/Wiibarger $11421,303.00 $228,535.10 $1,192,767.90 Grants Fund TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID YearChartfreld 2 310011 0200410 5330500 CO2552 C03930 $225,045.0 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (6157) Additional Information Contact: Wilma Smith (8785) ATTACHMENTS Halff Associates Form 1295 Executed Certificate 100004479.0 MILLER AVE WILBARER ST.Ddf hVJ/apps.cfwnet.org(cancil_packet/mc review.asp?ID=21984&coLmildate=311/2016 2/2 CERTIFICATE OF INTERESTED PARTIES FORM 3.295 loft Complete Nos.l-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-5273 Halff Associates,Inc. Richardson,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/25/2016 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract. City Secretary Contract No. Survey,SUE,Geotechnical Engineering, Sidewalk and Traffic Signal Design 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary Tanksley, Dan Richardson,TX United States X Skipwith,Walter Richardson,TX United States X Romanowski,Michael Fort Worth,TX United States X Murray,Menton McAllen,TX United States X Plugge,Roman Richardson,TX United States X Molloy,Martin Richardson ,TX United States X Moya, Michael Austin,TX United States X Kunz,Patrick Richardson,TX United States X Kuhn,Gregory Richardson,TX United States X Killen, Russell Richardson,TX United States X Ickert,Andrew Fort Worth,TX United States X Craig,Matthew Richardson,TX United States X Adams,Bobby Houston,TX United States X Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34416 CERTIFICATE OF INTERESTED PARTIES FORM 1295 2of2 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-5273 Halff Associates, Inc. Richardson,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/25/2016 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract. City Secretary Contract No. Survey,SUE,Geotechnical Engineering, Sidewalk and Traffic Signal Design 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under n of that the above disclosure is true and correct. penalty Pe1WrY. EQomim RAH PITTMANN Notary PublicStele of Texas Expires 10.20-2018 Signahue of atwrizekligM of contracift bttsirwuss entfty AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said % J3ANVW this the 2511 day of JANUARY 20 fix to certify which,witness my hand and seal of office. o icer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34416 Ae A.10 1 NIX . A D _ ,�■ ` fir-Q'"• .� �� _I ,�■�- i i j,. =, iii~I/�_ �„� "/ �� �-� . � � ■1�� �j ,.- � ■ ar9■4'�;j- a�l■1�.",;��.P., ��/\: 11�1f1 , �i'� ■�■:: ����LIN �'��1�1 OWN� In ■a .■ I'I■i�� �� iu��ar "ice �NO lain ? t ��., - - — � !E!/11�+a11r!' ,�_ ,■ : III IIIiF� . �" 'II -- ' - ay -C ■ �■�Lr� ■� a• �1� it/i1■!�INN I //.I� 11111 ■■/■ I■ �i�it • �. �� �■ � � ■ 13��///E�� 1111 �/I I� .■� -� � 'I� a� 'ii,� � INS - �It.II �i�r► co� HE -110 R r, .. KILLIA --STRrFT`- ups w� • Lk1.4P PK�Y.f � `I • Wqk 93 MEN .■ S'JiL aaaa+ra■ ` �� • 1 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA Foar�TH COUNCIL ACTION: Approved on 3/1/2016 REFERENCE .. 20MILLER AVENUEM/ILBARGER DATE: 3/1/2016 NO.: C-27632 LOG NAME: STREET INTERSECTION IMPROVEMENTS CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Engineering Services Agreement with Halff Associates, Inc., in an Amount Not to Exceed $225,045.00 for Infrastructure Improvements at the Intersection of Miller Avenue at Wilbarger Street(COUNCIL DISTRICTS 5 and 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of an Engineering Services Agreement with Halff Associates, Inc., in an amount not to exceed $225,045.00 for the design of the Miller Avenue/ Wilbarger Street intersection (City Project No. CO2552). DISCUSSION: This Agreement for professional services will provide engineering services for the design of improvements at the intersection of Miller Avenue and Wilbarger Street. This intersection currently has several functional problems due to the configuration of the existing traffic signals and lack of adequate sidewalks to accommodate pedestrian traffic. The project improves existing traffic signals and medians for safer pedestrian and vehicle mobility and provides ADA compliant pedestrian ramps and sidewalks, public transportation improvements, storm drainage, bike lanes and sidewalks as necessary to improve overall connectivity. On April 14, 2015, the City Council authorized the execution of a Local Project Advanced Funding Agreement with the Texas Department of Transportation for design and construction of pedestrian, vehicle and public transportation improvements to the Miller Avenue and Wilbarger Street intersection, Mayor and Council Communication (M&C) C-27265. This City Council action also provided for a transfer of funds from the 2014 Bond Program Fund to the Grant Capital Projects Fund in the amount of$400,000.00 ($211,550.00 in City's grant matching contribution and $188,450.00 in independent City costs) for a project total amount of$1,421,303.00 as described in the following table: Description of Project Costs City Costs TxDOT Costs Total Projects Cost Consultant Design and $ 65,045.00 $ 160,000.00 $ 225,045.00 Construction Services City Project Management $103,045.00 $ 103,405.00 Construction Estimate $171,550.00 $ 686,198.00 $ 857,748.00 City Inspections $ 60,000.00 $ 60,000.00 and Material Testing State Costs(Direct and $ 175,105.00 $ 175,105.00 Indirect Total Project Costs $400,000.00 $1,021,303.00 $1,421,303.00 The City of Fort Worth will manage both design and construction of the project. Design is scheduled to begin upon approval of this M&C with an anticipated construction in fall of 2016. Construction is estimated to be completed within 12 months. The City of Fort Worth will be responsible for maintaining the traffic signals, illumination and intersection upon completion of the project and the Fort Worth Transportation Authority (The T)will be responsible for maintaining the bus transit improvements. Upon completion of this capital project, there is no anticipated impact on Transportation and Public Works http://www.fortworthgov.org/council_packet/mc review.asp?ID=21984&councildate=3%1/... 3/16/2016 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 2 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-5273 Halff Associates, Inc. Richardson,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/25/2016 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract. City Secretary Contract No. Survey,SUE,Geotechnical Engineering,Sidewalk and Traffic Signal Design 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary Tanksley,Dan Richardson,TX United States X Skipwith,Walter Richardson,TX United States X Romanowski, Michael Fort Worth,TX United States X Murray,Menton McAllen,TX United States X Plugge,Roman Richardson,TX United States X Molloy,Martin Richardson,TX United States X Moya,Michael Austin,TX United States X Kunz, Patrick Richardson,TX United States X Kuhn,Gregory Richardson,TX United States X Killen, Russell Richardson,TX United States X Ickert,Andrew Fort Worth,TX United States X Craig , Matthew Richardson,TX United States X Adams,Bobby Houston,TX United States X Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34416 CERTIFICATE OF INTERESTED PARTIES FORM 1295 2of2 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos,1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-5273 Halff Associates, Inc. Richardson ,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/25/2016 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identity the contract,and provide a description of the goods or services to be provided under the contract. City Secretary Contract No. Survey,SUE,Geotechnical Engineering,Sidewalk and Traffic Signal Design 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. $my Expires 10-20-20SARAH PITTMANN Notary Public State of Texas Comm. 18 Signature of authorizecagent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said 3AMttu t,. M;GAN6Y this the 25TH day of TA 00ty , 20 to certify which,witness my hand and seal of office. Say P� d iIn . A i o icer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34416