Loading...
HomeMy WebLinkAboutContract 49112 CITY SECRETARY' � CITY OF FORT WORTH, TEXAS CONTRACT NO.� STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and MSA Professional Services, Inc. dba Ourston, authorized to do business in Texas, for a PROJECT generally described as: Roundabout Traffic Analysis, Design, and Peer Review. Article I Scope of Services (1) Consultant hereby agrees to perform the professional services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with Roundabout Traffic Analysis, Design, and Peer Review. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $65,323.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. 8 1 0 ,o City of Fort Worth,Texas -� Standard Agreement for Professional ServicesN 4 Revision Date:12.22.2016 Page 1 of 9 OFFICIAL RECORD a CITY SECRETARY FT.WORTH,TXa T L9� z� 0i6g Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of twelve (12) months, beginning upon the Effective Date, or until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) The CONSULTANT, AT NO COST TO THE CITY, AGREES TO DEFEND, INDEMNIFY AND HOLD THE CITY, ITS OFFICERS, AGENTS SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITY) OR SUBCONTRACTORS, RELATED TO THE PERFORMANCE OR NON- PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 2 of 9 Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease- policy limit $100,000 disease-each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the Transportation and Public Works Department, Attention: W. Todd Estes, PE, 1000 Throckmorton St, Fort Worth, TX 76102, and attached to this Agreement prior to its execution. c. Any failure on part of the City to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 3 of 9 e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article VIII Termination of Contract (1) (a) City may terminate this Agreement for its convenience on 30 days' written notice. (b) Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and the City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 4 of 9 nonperforming party does not commence correction of such nonperformance within 5 days of written notice or thereafter fails to diligently complete the correction. (2) If City chooses to terminate this Agreement, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article II of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 5 of 9 In accordance with the City's Business Diversity Enterprise 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. Consultant acknowledges the MBE and SBE goals established for this Agreement 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 Consultant 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. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local 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. Consultant 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 XII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIII Contract Construction The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. Article XIV City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 6 of 9 Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XV Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Transportation and Public Works Department 1000 Throckmorton Street Fort Worth, Texas 76102 Consultant: MSA Professional Services, Inc. dba Ourston Attn: Jay VonAhsen, PE 13727 Noel Road, Tower II, Suite 200 Dallas, TX 75240 Article XVI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement Article XVII Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 7 of 9 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 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER MSA Professional Services, Inc. dba Ourston Je us J. Chapa Gilbert antzsch Assistant City Manager CEO & President Date:. , Date: APPROVAL RECOMMENDED: By: L i- /a &-�J�=� Doug rsig, P.E. Director, Transportation Public Works Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including cI ori I SII nc11 anra aance nd rannrti n requi ent . C Lissette Acevedo; PE, PTOE Sr. Professional Engineer City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page8 o 9 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX APPROVED AS TO FORM AND LEGALITY By: U-�2� Mmelgelle . la s w /�cl� 50.Assistant City Attorney �? Form 1295 No. V IA ATTEST: M&C No.: Vary'J. K4y M&C Date: City Secret 4 FART ••MCPS City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 OFFICIAL RECORD Page 9 of 9 CITY SECRETARY FT.WORTH,TX ATTACHMENT "A" SCOPE OF SERVICES The scope set forth herein defines the work to be performed by the CONSULTANT in completing the project. Both the CITY and CONSULTANT have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE To provide traffic analysis, conceptual-level roundabout design, and roundabout peer review for the various locations and projects listed herein. This effort includes the review of previous analysis by others as well as additional roundabout and/or traffic signal analysis to be completed by the CONSULTANT as spelled out within this scope of services. WORK TO BE PERFORMED Task 1. Bonds Ranch Road Operational Analysis and Subarea Study Task 2. North Tarrant Parkway at North Riverside Drive Operational Analysis and Conceptual Design Task 3. Cold Springs Rd at E Northside Drive Roundabout Operational Analysis and Concept Sketch TASK 1. BONDS RANCH ROAD OPERATIONAL ANALYSIS AND SUBAREA STUDY CONSULTANT will be provided with background analysis performed by others, including but not limited to: reports, studies, traffic model electronic files (e.g., Synchro/SimTraffic, HCS, SIDRA), and email correspondence associated with past intersection analyses along Bonds Ranch Road from the southbound US 287 frontage road east to FM 156. The subarea study will include the roadways bounded by: Haslett County Road/Blue Mound Road to the east, Blue Mound Road W to the north, N Saginaw Blvd to the west, and E Bailey Boswell Road/Harmon Road/N Tarrant Parkway to the south. 1.1. CONSULTANT request for information • Upon receiving the initial documentation from the CITY and/or from others, the CONSULTANT will review the documentation provided and follow-up with a request for additional documentation and clarifications prior to performing Task 1.2— 1.4. 1.2. CONSULTANT documentation review • The CONSULTANT will review correspondence, traffic models, and output data associated with previous analysis provided by others within the subject subarea limits. • The CONSULTANT will review the capacity model(s) previously prepared by others to assess the previous level of services and anticipated delay predictions. ASSUMPTIONS • All transferring of data will occur via electronic methods (email, FTP/Dropbox, etc.) City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 10 • Inquiries into previous analysis by others will be made via phone calls and emails. No in-person meetings are anticipated as part of this Task. DELIVERABLES A. No anticipated deliverables from the CONSULTANT as part of this Task. 1.3. Independent Traffic Operations Analysis along Bonds Ranch Road using ARCADY The CONSULTANT will perform an independent traffic operations analysis of each of the four(4) intersections along Bonds Ranch Road using Junctions 9 (Arcady) software. This independent analysis will supplement previously-provided intersection-level analysis performed by others via other software applications. It is recommended that at least two independent analysis programs are utilized to analyze future operations of roundabouts, and that the analysis be extended to 10-yr and 20-yr scenarios beyond the anticipated year of construction of the subject roundabout(s). • ARCADY is based on the empirical capacity equations developed through extensive experiments at the Transport Research Laboratory in the United Kingdom. With simple calibration of the model to account for typical U.S. conditions, ARCADY is proven to provide accurate prediction of roundabout capacity at all ranges of traffic flows. ARCADY output data will be used to compare the previously analyzed data, which may be more or less conservative. • If necessary, the CONSULTANT will request anticipated traffic growth rates for the subject intersections to project traffic to a construction year+ 10 yr(interim year) and a construction year+ 20 yr scenario (horizon year). • The CONSULTANT will report back on the predicted operations of the individual roundabout intersections based on the 1) Construction Year, 2) Construction Year+ 10 yr, 3) Construction Year+ 20 yr scenarios. Level of service and average delay per approach for each intersection will be reported for the AM and PM peak hour of each of the three scenarios listed above. ASSUMPTIONS • The CONSULTANT will be provided with the projected traffic growth rate noted above. No independent study shall be required of the CONSULTANT to prepare a traffic growth rate for the interim and horizon year analysis. DELIVERABLES A. ARCADY output tables that will display the following information: a. Peak hour turning movement volumes b. 95th percentile queues c. Percentage of trucks assumed as part of the future analysis d. Geometric parameters used within the model for the analyzed roundabouts City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 2 of 10 e. Level of service (based on the latest edition of the Highway Capacity Manual, unsignalized parameters) f. Average delay per approach for each roundabout (seconds) g. Network residual capacity for each approach for each roundabout (%), and expected number of years of operation until one approach begins to fail based on the supplied growth rates 1.4. Independent Traffic Operations Analysis using Synchro/SimTraffic The CONSULTANT will perform a traffic operations analysis that combines the four(4) intersections along Bonds Ranch Road using Synchro/SimTraffic software. This corridor- level analysis has the capacity to model multiple intersections as a network. • After receipt of previously-developed Synchro files provided by others, the CONSULTANT will incorporate the Synchro data into a SimTraffic model and will analyze the Bonds Ranch Road corridor from the US 287 SBFR to FM 156. • The CONSULTANT will analyze the four roundabout scenario within the project limits. • The CONSULTANT will report back on the predicted operations of the roundabout corridor based on: 1) Construction Year, 2) Construction Year+ 10 yr, 3) Construction Year+ 20 yr scenarios. Level of service and average delay per approach for the corridor will be reported for the AM and PM peak hour. • If requested in writing by the CITY, the CONSULTANT will analyze the additional scenarios previously studied by others. Previously-developed models will be incorporated into SimTraffic and include the following scenarios: 1) Four signalized intersections, 2)Two roundabouts (at US 287 frontage roads) &two traffic signals (Shire Meadow Dr and FM 156). ASSUMPTIONS • The CONSULTANT will be provided with previously-developed Synchro traffic models prepared by others and will not have to re-create the models based on the traffic volumes provided. • The CONSULTANT will modify the traffic models as necessary to conform to the latest published critical and follow-up headway parameters for roundabouts, as specified in the most current edition of the Highway Capacity Manual. • If traffic models containing traffic signals are requested to be analyzed, the CONSULTANT will use the default software settings for(but not limited to): saturation flow rates, yellow and all-red phases, unless the CITY provides alternate values. • If traffic models containing multiple consecutive traffic signals are requested to be analyzed, the CONSULTANT will make an attempt to coordinate the signal timings to better-optimize corridor performance within the traffic model. It is understood such optimization will not be construed or utilized as final signal timings for implementation. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 3 of 10 • The CONSULTANT will run corridor models in no fewer than ten (10) separate seedings, reporting the average of seeding outputs, as calculated by the software, in the final deliverables. DELIVERABLES A. Synchro/SimTraffic output tables that will display the following information: a. Synchro isolated intersection performance i. Peak hour turning movement volumes ii. Percentage of trucks assumed as part of the future analysis iii. Lane configurations used at each intersection iv. Level of service (based on the latest edition of the Highway Capacity Manual, unsignalized and signalized parameters) v. Average delay per approach for each intersection (seconds) b. Sim Traffic corridor performance i. Average delay per approach for each intersection (seconds) ii. Average delay per arterial direction between each intersection (seconds) iii. Average travel time per arterial direction between each intersection (seconds) iv. Average speed per arterial direction between each intersection (mph) v. Average overall corridor delay per arterial direction between each intersection (seconds) vi. Average overall corridor travel time per arterial direction between each intersection (seconds) vii. Average overall corridor speed per arterial direction between each intersection (mph) B. The CONSULTANT will attend up to two (2) meetings in-person with CITY staff and other consultants to share the CONSULTANT's analyses and suggestions. 1.5. Subarea Study The CONSULTANT will explore intersection control options and potential corridor modifications within the study area based on network residual capacity. This effort will attempt to identify adjacent intersections and corridors to create permeability to the adjacent developments and nearby arterials to siphon demand away from the Bonds Ranch Road interchange. Identifying separate access opportunities for the local trips will be a goal of this study. Intersection optimization might include using a signal next to the Bonds Ranch Road interchange to platoon traffic so that gaps are created at the ramps and frontage road connections, thereby giving NB and SB connections additional capacity. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 4 of 10 • The CONSULTANT will collect plats, TIAs, and other infrastructure-related documents form the City and review these documents for near-future improvements in the study area. • The CONSULTANT will identify up to three (3) preliminary alternative intersection control options and routing options in the subarea study zone, including: additional access points to State facilities, additional corridor routes, changes to existing facilities(i.e.frontage road conversion from one-way to two-way operations), and modifications to existing intersection control. • The CONSULTANT will meet with City staff to discuss three (3) preliminary ideas for alternative access and routing. These ideas will be vetted with City staff to confirm viability prior to undertaking further analysis as part of this Task. • The CONSULTANT will facilitate the collection of peak hour turning movement counts for up to six (6) intersections within the study area. The intersection data will be taken along the proposed alleviation routes. • The CONSULTANT will analyze the peak hour turning movement counts at the subject intersections in Arcady and Synchro to evaluate residual capacity at the existing intersections. • If residual capacity is not provided at the studied existing intersection(s), the CONSULTANT will develop up to one (1)additional alternative routing option so that three (3)alternative solutions are ultimately provided back to the CITY. • The CONSULTANT will meet with City staff to present the three (3) alternative routing and intersection ideas and discuss the results of the intersections analyzed as part of the alternatives. ASSUMPTIONS • The CONSULTANT will develop additional routing options independent of TxDOT coordination. Some options developed may not be deemed feasible or reasonable by TxDOT staff. The CONSULTANT will rely upon the CITY's feedback regarding feasible and reasonable options as identified by the CONSULTANT. DELIVERABLES A. Subarea Study Memo a. The CONSULTANT will provide the CITY with a memo documenting the three(3)identified corridor and intersection improvements. B. The CONSULTANT will attend up to four(4) meetings in-person with CITY staff in reviewing the CONSULTANT's alternatives and suggestions related to the services performed in this task. TASK 2. NORTH TARRANT PARKWAY AT NORTH RIVERSIDE DRIVE OPERATIONAL ANALYSIS AND CONCEPTUAL DESIGN The CONSULTANT will perform a review of a traffic engineering study prepared by the Savant Group for the intersection of North Tarrant Parkway at North Riverside Drive, and to City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 5 of 10 be provided by the CITY. The CONSULTANT will perform an independent traffic operations analysis of the intersection using Junctions 9 (Arcady)software. This independent analysis will supplement previously-provided intersection-level analysis performed by others via other software applications. It is recommended that at least two independent analysis programs are utilized to analyze future operations of roundabouts, and that the analysis be extended to 10-yr and 20-yr scenarios beyond the anticipated year of construction of the subject roundabout(s). 2.1. Independent Traffic Operations Analysis using ARCADY • ARCADY is based on the empirical capacity equations developed through extensive experiments at the Transport Research Laboratory in the United Kingdom. With simple calibration of the model to account for typical U.S. conditions, ARCADY is proven to provide accurate prediction of roundabout capacity at all ranges of traffic flows. ARCADY output data will be used to compare the previously analyzed data,which may be more or less conservative. • If necessary, the CONSULTANT will request anticipated traffic growth rates for the subject intersections to project traffic to a construction year+ 10 yr(interim year)and a construction year+ 20 yr scenario (horizon year). • The CONSULTANT will report back on the predicted operations of the individual roundabout intersections based on the 1)Construction Year, 2)Construction Year+ 10 yr, 3)Construction Year+ 20 yr scenarios. Level of service and average delay per approach for each intersection will be reported for the AM and PM peak hour of each of the three scenarios listed above. ASSUMPTIONS • The CONSULTANT will be provided with the traffic engineering study for the subject intersection that was prepared by others. • The CONSULTANT will be provided with the projected traffic growth rate noted above. No independent study shall be required of the CONSULTANT to prepare a traffic growth rate for the interim and horizon year analysis. DELIVERABLES A. The CONSULTANT will provide a memo to the CITY issuing the CONSULTANT's opinion whether the CONSULANT's conclusions align with those of the previous study. B. The CONSULTANT will attend up to one (1)meeting in-person with CITY staff to share the CONSULTANT's analyses and suggestions. If a roundabout is found to be a feasible and reasonable solution for this project by the CITY after performing the services outlined in Task 2.1 herein, The CONSULTANT will provide a preliminary horizontal roundabout design for the North Tarrant Parkway at North Riverside Drive intersection. The design will make use of the lane configuration suggestions from Task 2.1. Preliminary horizontal roundabout design includes: 2.2. Horizontal Geometric Design (Preliminary Design) City of Fort Worth,Texas Attachment A PMO Release Hate:02.06,2015 Page 6 of 10 • Size and location of the circle • Alignment of approaches/departures • Roundabout functionality checks (fastest paths, vision angles, and phi angles) • Accommodation of the design vehicle and largest anticipated vehicle turning movements • Considerations to reduce impact to adjacent right-of-way in coordination with the CITY's recommendations on properties to be avoided ASSUMPTIONS • The CONSULTANT will be provided with the project's electronic base files in .dwg or .dwg format for this review. This includes topographic survey, boundary survey (ROW, easements, and property ownership information), proposed typical sections of connecting roadways, horizontal alignment files for adjacent roadway improvements, proposed mid-block curbing line work, and readily-available public and private utilities. DELIVERABLES • The CONSULTANT will provide the roundabout design in electronic format(.dwg or dgn and .PDF). The electronic file will also include performance check line work for fastest paths, design vehicle, sight distance, vision angle and phi angle. • The CONSULTANT will provide a PDF submittal set that contains performance checks for the proposed roundabout (functionality and design vehicle checks) • The CONSULTANT will attend an in-person meeting with CITY staff to present the proposed horizontal roundabout design. 2.3. Final Design— Review The CONSULTANT will conduct a peer review for each of the following items for the final design of the roundabout. CONSULTANT will provide review comments, in a redlined PDF format, and conduct web-conference meetings as necessary to assist the CITY's prime consultant: • Vertical Geometrics • Pavement Markings • Signing • Illumination (foundation location/placement) • Jointing • Construction Phasing ASSUMPTIONS • The CONSULTANT will be provided with the project's up-to-date electronic base files in .dwg or.dwg format for each review. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 7 of 10 DELIVERABLES A. The CONSULTANT will provide mark-ups that will document any comments with the roundabout design in electronic format (.dwg or Agn and .PDF). ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and CONSULTANT agree that the following services are beyond the Scope of Services described in the tasks above. However, CONSULTANT can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the CONSULTANT 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: • CAD drawings that include re-design of one or more of the associated roundabout and/or traffic signal intersections along Bonds Ranch Road based on the CONSULTANT's recommendations • VISSIM analysis • Corridor traffic signal timing optimization • In-person meetings beyond the number specified within the scope of services TASK 3. COLD SPRINGS RD AT E NORTHSIDE DRIVE ROUNDABOUT OPERATIONAL ANALYSIS AND CONCEPT SKETCH The CONSULTANT will provide an operational analysis and concept-level sketch for the intersection of Cold Springs Road at E Northside Drive. The CONSULTANT will perform an independent traffic operations analysis of the intersection using Junctions 9 (Arcady) software. Based on the lane configuration results of the traffic operations analysis, the CONSULTANT will develop a concept sketch for a proposed roundabout at the subject intersection. 3.1. Independent Traffic Operations Analysis using ARCADY • ARCADY is based on the empirical capacity equations developed through extensive experiments at the Transport Research Laboratory in the United Kingdom. With simple calibration of the model to account for typical U.S. conditions, ARCADY is proven to provide accurate prediction of roundabout capacity at all ranges of traffic flows. ARCADY output data will be used to compare the previously analyzed data, which may be more or less conservative. • The CONSULTANT will request anticipated traffic growth rates from the CITY for the subject intersections to project traffic to a construction year+ 10 yr(interim year)and a construction year+ 20 yr scenario (horizon year). • The CONSULTANT will report back on the predicted operations of the proposed roundabout based on the 1) Construction Year, 2) Construction Year+ 10 yr, 3) Construction Year+ 20 yr scenarios. Level of service and average delay per approach will be reported for the AM and PM peak hour of each of the three scenarios listed above. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 8 of 10 ASSUMPTIONS • The CONSULTANT will be provided with the projected traffic growth rate to use to prepare the forecasted traffic volumes. No independent study shall be required of the CONSULTANT to prepare a traffic growth rate for the interim and horizon year analysis. DELIVERABLES A. The CONSULTANT will provide an operational analysis memo to the CITY outlining the assumptions, approach, and analysis used to undertake the roundabout study. B. The CONSULTANT will attend up to two (2) meetings in-person with CITY staff throughout the performance of Task 3.1. The CONSULTANT will provide a conceptual-level horizontal roundabout design for the subject intersection. The design will make use of the lane configuration suggestions from Task 3.1. Conceptual horizontal roundabout design includes: 3.2. Horizontal Geometric Design (Concept Design) • Size and location of the circle • Alignment of approaches/departures • Roundabout functionality checks (fastest paths, vision angles, and phi angles) • Accommodation of the design vehicle and largest anticipated vehicle turning movements • Considerations to reduce impact to adjacent right-of-way in coordination with the CITY's recommendations on properties to be avoided ASSUMPTIONS • The CONSULTANT will be provided with any readily available electronic base files in .dwg or.dwg format for this review. This includes topographic survey, boundary survey (ROW, easements, and property ownership information), proposed typical sections of connecting roadways, horizontal alignment files for adjacent roadway improvements, proposed mid-block curbing line work, and readily-available public and private utilities. DELIVERABLES • The CONSULTANT will provide the roundabout concept design in electronic format(.dwg or dgn and .PDF). The electronic file will also include performance check line work for fastest paths, design vehicle, sight distance, vision angle and phi angle. • The CONSULTANT will provide a PDF submittal set that contains performance checks for the proposed roundabout(functionality and design vehicle checks) • The CONSULTANT will attend up to two (2) ins-person meeting with CITY staff during the performance of Task 3.2 City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 9 of 10 Additional Services not included in the existing Scope of Services --CITY and CONSULTANT agree that the following services are beyond the Scope of Services described in the tasks above. However, CONSULTANT can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the CONSULTANT 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: • Aerial photography or video captured by DJI Phanton drones that shoot Ultra High Definition video, and 12 Megapixel photos piloted by the ENGINEER's staff licensed with the FAA and fully insured. • VISSIM analysis • Corridor traffic signal timing optimization • Coordination with NCTCOG to receive current and projected year traffic volumes via NCTCOG's Regional Travel Demand Model City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 10 of 10 ATTACHMENT B COMPENSATION Design Services for Roundabout Traffic Analysis, Design, and Peer Review City Project No. TPW-101009 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 enumerated in Attachment A as follows: I. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2017 Rate 2018 Rate ($/hour) ($/hour) Principal 233 n/a Senior Project Manager 184 n/a Project Engineer 114 n/a Engineer-in-Training 86 n/a Administrative 82 n/a 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. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION 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 if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. 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. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Finn Primary Responsibility Fee Amount Prime Consultant MSA Professional Prime—traffic analysis, Task 1 95.0 Services, Inc. dba roundabout conceptual design, $43,315.30 Ourston and roundabout peer review Task 2 services $8,210.00 Task 3 J --------$10,500.00 Proposed MBE/SBE Sub-Consultants MAS Consulting $1,640.00 2.5 Engineers GRAM Traffic North $1,657.70 2.5 Texas, Inc. I Non-MBE/SBE Consultants TOTAL $_65,323-00 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE $65,323.00 $3,297,70 5.0 % City MBE/SBE Goal = 5.0% Consultant Committed Goal = 5 % 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 °a ; § } K & � @2 ■ _ ; ; 0 � ) a = 7f of \ I � CZ a - ! a ! ! E ! 4444 » a ! ■ ° 2§ ( / \ � CA � k kk @ q o= me a 2 } Li � t « \ § $ $ # , , c6aa � , ■ ! e �k = - ® ® 2 k0 V o . « c ■ E ! ! Bk � um § § cr � RR - ; \ K5 I 0 � CL M § 0 { I ) { o � ■ cs � 4.: FL Z= 0 a ■ �� .. a o '� o © e § . a ■ o - § ) § ) § a s A2bAa v 0 > au■ rf CL ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Roundabout Traffic Analysis, Design, and Peer Review City Project No. No changes to the Standard Agreement City of Fort Worth,Texas Attachmerd C PMO Release Date:05.19.2010 Page 1 of 1 Roundabout Traffic Analysis,Design,and Peer Review Ftp RTWO RT H_ City Project No. Attachment D—Project Schedule This PROTECT requires a Tier 3 schedule as defined herein and in the Qy's Schedule Guidance Document. TASK 1: The CONSULTANT shall provide the deliverables outlined in Task 1 as part of the Bonds Ranch Road peer review within eight (8) weeks of receipt of the data collection outlined in Task 1. This includes Arcady output files and Synchro/SimTraffic output tables. TASK 2: Following notice-to-proceed,the CONSULTANT shall develop,submit and review the draft memo giving the CONSULTANT's feedback and conclusions regarding the Riverside Dr/Old Denton Rd Corridor Safety&Capacity Study for the North Tarrant Parkway at North Riverside Drive intersection. This memo shall be delivered to the City within two (2) weeks of the City's notice-to-proceed. If deemed feasible, the CONSULTANT shall provide a preliminary horizontal roundabout design concept at the North Tarrant Parkway and North Riverside Drive intersection. The CONSULTANT's design file(s) and performance check submittal set will be provided back to the CITY within two (2) weeks of receipt of the CnY's consultant's electronic design files as outlined within Attachment A. For each milestone peer review conducted by the CONSULTANT as outlined in Task 2, the CONSULTANT will provide written comments within one (1) week of receipt of the milestone electronic files. TASK 3: The CONSULTANT shall provide the deliverables outlined in Task 3 as part of the Cold Springs Road at E Northside Drive roundabout study within four (4) weeks of receipt of the data collection outlined in Task 3. This includes Arcady output files and the performance submittal check package. City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 1 of 1 ATTACHMENT E Roundabout Traffic Analysis, Design,and Peer Review City Project No. 101001 Task 1—Bonds Ranch Road Analysis and Suharea Study Task 2—N Tarrant Parkway at North Riverside give 5 w n. .� I k� s Task 1 Task 3—Cold Springs Rd at E Northside Dr Task 2 PAINVO 01 Task 3 CERTIFICATE OF INTERESTED PARTIES FORM 3.295 1 011 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Compete 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. 12017-206498 MSA Professional Services,Inc dba Durston Dallas,TX United States Date Filed: Name of governmental entity or state agency that is a party to the contract for which the form is05/11/2017 being filed. City of Fort Worth,TX Date Acknowledged: g Provide the identification number used by the governmental entity or state agency to track or ldentify the contract,and provide a description of the services,goods,or other property to be provided under the contract. TPW-101009 Traffic analysis,study,and concept design for proposed roadway improvements and roundabouts. 4 Nature of interest Name of interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Bongard,Chuck Baraboo,WI United States X Laue,Mike Beaver Dam,WI United States X 5 Check only i(th��etits+f(IQkfr/,t, Party ❑ 6 AFFIDA*�C ���•�•;.••�•�••A_ ++; 1 smear,or affirm,under penalty of perjury,that the above disclosure is true and correct. w.N0TARY Signature or aumoriz agent of contracting business entity PUBLIC ;•_ r AFFIX ;P •S7PMP!SEA`•AE O + o••,�•��el!s• 1_ Sworn to an d Shcl�Orib�edblfas Qpby the said �'" fJ i � f��i Y��Z the- 20-1-U. he 1 ( day of d►`Q 20-1 U .to certify vWt%%Mtness my hand and seal of office. ' f / (FX tai r + Ifl' ignature of officer administeringath Printed name of officer admirnste' g oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883